Skip to content
Department of Defense

Sample Testing

Solicitation: W9127N-26-Testing
Notice ID: cd62d1d93d0b425e8cdbe5556cdc00fc
TypeSources SoughtNAICS 541380PSCH256DepartmentDepartment of DefenseAgencyDept Of The ArmyStateORPostedApr 03, 2026, 12:00 AM UTCDueApr 17, 2026, 06:00 PM UTCCloses in 12 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: OR. Response deadline: Apr 17, 2026. Industry: NAICS 541380 • PSC H256.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W9127N-26-TESTING. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.

12-month awarded value
$675,156,357
Sector total $5,888,804,924,862 • Share 0.0%
Live
Median
$274,623
P10–P90
$114,925$434,322
Volatility
Volatile116%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-87%(-$522,607,899)
Deal sizing
$274,623 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 →
Map for OR
Live POP
Place of performance
Portland, Oregon • United States
State: OR
Contracting office
Portland, OR • 97204-3495 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
OR20260066 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Oregon • Douglas
Rate
ELECTRICIAN
Base $47.04Fringe $21.84
Rate
ELECTRICIAN
Base $50.03Fringe $24.00
+30 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 30 more rate previews.
Davis-BaconBest fitstate match
OR20260066 (Rev 1)
Open WD
Published Jan 23, 2026Oregon • Douglas
Rate
ELECTRICIAN
Base $47.04Fringe $21.84
Rate
ELECTRICIAN
Base $50.03Fringe $24.00
Rate
POWER EQUIPMENT OPERATOR GROUP 1
Base $56.66Fringe $16.90
+29 more occupation rates in this WD
Davis-Baconstate match
OR20260011 (Rev 1)
Open WD
Published Jan 23, 2026Oregon • Lake, Malheur, Morrow +6
Rate
Carpenters: Form Work Only-Multi Unit
Base $36.27Fringe $14.03
Rate
Form Work Only-Single Unit
Base $33.48Fringe $14.03
Rate
ELECTRICIAN
Base $41.67Fringe $19.08
+20 more occupation rates in this WD
Davis-Baconstate match
OR20260005 (Rev 1)
Open WD
Published Jan 23, 2026Oregon • Douglas
Rate
ELECTRICIAN
Base $33.41Fringe $18.20
Rate
ELECTRICIAN
Base $39.34Fringe $22.45
Rate
POWER EQUIPMENT OPERATOR GROUP 2
Base $54.75Fringe $16.90
+16 more occupation rates in this WD
Davis-Baconstate match
OR20260006 (Rev 1)
Open WD
Published Jan 23, 2026Oregon • Josephine
Rate
ELECTRICIAN
Base $33.41Fringe $18.20
Rate
POWER EQUIPMENT OPERATOR GROUP 2
Base $54.75Fringe $16.90
Rate
GROUP 3
Base $53.60Fringe $16.90
+15 more occupation rates in this WD

Point of Contact

Name
Jessica Manley
Email
jessica.manley@usace.army.mil
Phone
Not available
Name
Cory Pfenning
Email
cory.r.pfenning@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION NORTHWESTERN • ENDIST PORTLAND • W071 ENDIST PORTLAND
Contracting Office Address
Portland, OR
97204-3495 USA

More in NAICS 541380

Description

1.         General

This is a Sources Sought posted by the United States Army Corps of Engineers (USACE), Contracting, Portland District, and is for informational/market research purposes only. This is not a solicitation nor a synopsis of a proposed action under FAR Subpart 5.2.

The requirement is for the establishment of single Blanket Purchase Agreements (BPA) for the testing of metal coupons to aid the QA process of the components with which these coupons are associated. The Contractor’s laboratory facility must be validated by the USACE Materials Testing Center (MTC) along with maintain ISO/IEC 17025 certification and remain validated throughout the life of this agreement.

2.         Project Background

The Contractor shall receive, test mechanical and/or chemical characteristics, and submit reports of coupon materials to aid the QA process of the associated components supplied to the Government via other ongoing contract efforts. The coupons will be shipped directly to the Contractor, many of which will likely come from international locations. The Contractor will not be responsible for shipping or duty costs to receive coupons.

The coupon materials that may be tested include but may not be limited to ASTM A743 Grade CA6NM and Grade CF3, ASTM A27 Grade 70-40, ASTM A148 Grade 80-40, ASTM A216 Grade WCC, and ASTM A516 Grade 60. The tests that may be required include chemical analysis according to ASTM A751, carbon combustion according to ASTM E1019-18, tensile tests (yield strength, tensile strength, elongation, and reduction of area) according to ASTM A370, hardness tests according to ASTM A370, and Charpy v-notch impact tests according to ASTM A370. The range of tests completed for a given coupon will depend on the material and component with which it is associated. There may be provisions for optional storage of coupons, both tested and untested. Disposal of excess coupons may be considered at no additional cost to the Government. 

3.         Acquisition Plan

The Portland District plans to establish single BPA for this effort. A key requirement is that any laboratory supporting the BPA must be validated by the USACE Materials Testing Center (MTC) along with maintain ISO/IEC 17025 certification and remain validated throughout the life of this agreement.

The purpose of this Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry to include Large Business, Small Business, Small Disadvantaged Businesses to include 8(a) certified small business firms, Historically Underutilized Business Zone small business (HUBZone), Woman owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB).

All are highly encouraged to respond. If your company has a suggestion, question, or concern about this Sources Sought and/or the SAM-posting-attached Performance Work Statement, BPA Terms and Conditions and BPA Test and Sampling, please email the Point of Contact below.

4. Capability Statements

Contractors are requested to submit their capabilities to successfully accomplish the requirements in the attachments. We are also requesting status of requirement be validated by the USACE Materials Testing Center (MTC) along with maintain ISO/IEC 17025 certification and remain validated throughout the life of this agreement

Point of Contact for all questions or assistance is the USACE Contracting Specialist, Jessica Manley, at Jessica.Manley@usace.army.mil.

5. Submission Instructions

Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: ‘USACE Coupon Testing BPA”. Please send all responses to Jessica.Manley@usace.army.mil. A Firm’s response to this Sources Sought shall be limited to (5) pages total, including cover page, and shall include the following information:

a. Firm’s name, address, point of contact, phone number, email address, CAGE code and SAM number.

b. Firm’s small business category and Business Size: Large Business, Small Business, Small Disadvantaged, 8(a) certified small business, Historically Underutilized Business Zone small business (HUBZone), Woman owned small business (WOSB), Economically Disadvantaged Women-owned small business (EDWOSB), and Service-Disabled Veteran-owned small business (SDVOSB).

c. Provide relevant and verifiable information on the Firm’s experience/capabilities as it pertains to the proposed work outlined in section 4. Capability Statements; and,

d. Any questions you have on the proposed project.

6.  Disclaimer and Important Notes

This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published in the Government point of entry (SAM.gov). All interested firms must be registered in the System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of a government contract.

Files

Files size/type shown when available.

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.