Skip to content
Department of Defense

Brown Field Border Patrol Station Vehicle Maintenance Facility Project

Solicitation: W912PL26BA003
Notice ID: c02a45ef165549b7af7d3ce9cdb842d4
TypeSources SoughtNAICS 237990PSC5410DepartmentDepartment of DefenseAgencyDept Of The ArmyStateCAPostedFeb 11, 2026, 12:00 AM UTCDueFeb 25, 2026, 10:00 PM UTCCloses in 3 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Feb 25, 2026. Industry: NAICS 237990 • PSC 5410.

Market snapshot

Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.

12-month awarded value
$1,287,533,718
Sector total $33,071,130,462 • Share 3.9%
Live
Median
$551,853
P10–P90
$43,045$119,860,900
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.9%
share
Momentum (last 3 vs prior 3 buckets)
+48369%($1,282,231,886)
Deal sizing
$551,853 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →

Description

SOURCES SOUGHT NOTICE:

Customs & Border Patrol Brown Field Border Patrol Station Vehicle Maintenance Facility, San Diego County, CA

Soliciation Refernce # W912PL26BA003

This is a SOURCES SOUGHT announcement for market survey information only, it will be used by this agency for preliminary planning purposes.  No contract will be awarded from this noticeNo reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. (Respondents will not be notified of the results of the evaluation).

The purpose of this Sources Sought Notice is to gain knowledge of the experience and qualification of the various members of the construction industry, including Large Business concerns, Small Business concerns, Hubzone, 8(a), Women-owned, Economically Disadvantage Women-owned, and Service Disabled Veteran owned firms. The Government strives to ensure that there is adequate competition among the potential pool of available contractors.

The type of set-aside decision will depend upon the public’s response to this notice.

The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) code 237990, Other Heavy and Civil Engineering Construction, which has a small business size standard of $36,500,000.00.

Project Description:

In accordance with FAR 36.204, and DFARS 236.204, the estimated construction price range for each project is between $10,000,000 and $25,000,000.00.  The estimated total contract performance period is 730 calendar days, ~ 2 yrs.  Location of this work is Dulzura, San Diego County, CA

Construct a vehicle maintenance facility to include equipment for vehicle maintenance. Project consists of a pre-engineered metal building, services, finishes and associated site work. Contractor to supply all labor and materials unless otherwise noted

Interested parties should be advised that the brownfield border patrol station is still under construction, and the project site will be shared with that contractor. Laydown space will be limited.

The project includes the design and construction of an ancillary Vehicle Maintenance Facility as part of the existing Brown Field Border Patrol Station. The work includes, but is not limited to, design; site earthwork as needed to prepare the site for the new building; selective demolition of site and utility structure elements to accommodate the new VMF; foundations; roof framing; building envelope; building interior construction; finishes; interior and exterior painting; and building systems. Such systems include, but are not limited to, electrical power; lighting; special systems; fire suppression systems; heating; air-conditioning and ventilating systems; security systems; telecommunications systems; plumbing systems; and alarm systems.

Prior Government contract work is not required for submitting a response to this sources sought notice.

Prospective prime contractors interested in this notice must respond to the following questions.  Responses shall be limited to 8 pages.

1. Offerors’ name, address, points of contact with telephone numbers and e-mail addresses. 

2.  Business size/classification to include any designations as Small Business, Hubzone, Service Disabled Veteran Owned, or 8(a) and NAICS code designations shall be indicated on first page of submission. 

3.  Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity).

4. Description of capability to perform the proposed project, with emphasis on Earthwork Construction. Specifically, prior construction experience with design build projects, ability to manage subcontractors, prepare and comply with various environmental and construction permits (including California), and capacity to execute this project with other ongoing construction contracts.

5. Past performance/experience on projects of similar scope and magnitude, describing no more than three (3) projects that are complete or at least 50% construction complete and that ran concurrently within the past six years.  The past performance information should include project title, location, general description to demonstrate relevance to the proposed project, the Offerors’ role, dollar value of contract, and name of the company, agency or Government entity for which the work was performed with contact information.

Submission by Wednesday February 25,2026 should address all questions in the sources sought questionnaire below and your firm's ability to perform the requirement. All th interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts.
 

6. Offerors (other than small businesses) should also provide their assessment of the degree of involvement by Small and Small Disadvantaged Business subcontractors, stated as a percentage of subcontracted dollars.

Interested firms should submit a document describing relevant demonstrated experience and qualifications via email to Michael.G.Robinson@usace.army.mil no later than Wednesday February 25,2026
No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will not be considered. Questions concerning submissions should be directed to Mr. Michael Robinson at Michael.G.Robinson@usace.army.mil or to Ms. Ashley Powell at ashley.s.powell@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled.  Emails or phone calls requesting personal visits will not receive a reply.

Point of Contact(s):

Michael Robinson

Phone: 213-452-3311
Email: Michael.G.Robinson@usace.army.mil
 

Ashley Powell

Email: ashley.s.powell@usace.army.mil

USACE SPL, Los Angeles District

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.