- 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
Construct Concrete Targets Egin Air Force Base
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Apr 23, 2026. Industry: NAICS 238110 • PSC Z2JZ.
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 238110 (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 27 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238110
Description
DISCLAIMER: This is a SOURCES SOUGHT NOTICE. This is NOT a pre-solicitation notice pursuant to FAR Part 5. The United tates Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operational Contracting Office, Eglin AFB, Florida, is currently conducting market research seeking capabilities statements from all small businesses, that are capable of furnishing all plant, labor, materials, equipment and all operations in connection with Construction of Concrete Targets as indicated on the two attached draft documents, “ATCH 1 - Draft C-VE-26-01 Specifications 02 Apr 2026,” and
“ATCH 2 - Draft 26-TA-C74-01 Drawings_13 Mar 2023.”
The NAICS Code assigned to this acquisition is 238110, Poured Concrete Foundation and Structure Contractors, with an SBA size standard of $19M. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e., SB, HUBZone, EDWOSB, WOSB, SDVOSB, etc.). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees in this effort. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. To register in SAM, go to https://sam.gov.
The estimated magnitude of this Requirements contract is approximately $10M to $20M for the Basic Year period of performance plus four (4) additional Option Year periods combined. Basic Year performance period is 365 calendar days with each additional Option period of 365 calendar days. Total Period of Performance will not exceed five (5) years.
Any information submitted by respondents to this Sources Sought Notice is voluntary. This Sources Sought Notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this Notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a set-aside for small business, or for any particular small business program.
CAPABILITIES STATEMENT: All interested and qualified small businesses shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief, concise, yet clearly demonstrate an ability to meet the stated requirement. List previous Government contracts with like requirements or similar scope and magnitude that your company has been awarded. Submit your company's name, address, point of contact, CAGE Code, telephone number, and size of business pursuant to NAICS code 238110, small business size standard $19M. In addition to the size of business, indicate all classes of business that fit your firm, (i.e., SB, HUBZone, EDWOSB, WOSB, or SDVOSB, etc.). Responses are limited to five (5) pages.
Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing or performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.
RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 23 APRIL 2026
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.