- 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
Elevator Services For Success Lake, Kaweah Lake, Isabella Dam/Lakes
Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: May 19, 2026. Industry: NAICS 238290 • PSC J028.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 238290 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 247 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238290
Description
The Government anticipates issuing a Request for Quote (RFQ) with the intent of awarding a base year plus (+) four (4) option years for Success (Schafer Dam), Kaweah (Terminus Dam) and Isabella Lake/Dam Elevator Services.
Project Description: The purpose of this contracted project is to acquire preventive maintenance and inspection services for elevator systems located at Schafer, Terminus, and Isabella Dams to ensure continued safe and reliable operation of the equipment supporting dam operations and facility access.
This prospective contract action will be conducted using NAICS Code is 238290 – Other Building Equipment Contractors. The size standard is $22 million. Product Service Code is J028 – Maint/repair/rebuild of Equipment- Engines, Turbines, and Components.
The solicitation will proceed as a 100% small business set-aside Lowest Price Technially Acceptable (LPTA) compition and is estimated to be issued on or about April 16, 2026, with quotes due tentatively on May 19, 2026. The RFQ will be issued on the Government Point of Entry known as www.SAM.gov and will establish a firm quote due date/time.
If applicable, the site visit date, time and location will be identified in the solicitation.
BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS.
The only INTERESTED VENDORS LISTS (plan-holder's/bidder's list) is available via SAM.gov. Contractors are responsible for self-identifying as interested vendors and viewing other interested vendors. Contractors should check SAM.gov frequently for any changes to the interested vendors list and notice.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.