Skip to content
Department of Defense

Repair Roof Aerospace Physiology, B380

Solicitation: FA3099-26-Q-1009
Notice ID: ea88e55a21b542f9ad6eb38f0b94e498
TypeSources SoughtNAICS 238160PSCZ2JZDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateTXPostedMar 23, 2026, 12:00 AM UTCDueMar 31, 2026, 08:00 PM UTCExpired

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Mar 31, 2026. Industry: NAICS 238160 • PSC Z2JZ.

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: FA3099-26-Q-1009. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 238160 (last 12 months), benchmarked to sector 23.

12-month awarded value
$138,141,507
Sector total $37,282,666,276 • Share 0.4%
Live
Median
$34,791
P10–P90
$26,565$7,578,286
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
+931%($113,704,937)
Deal sizing
$34,791 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 TX
Live POP
Place of performance
Laughlin AFB, Texas • 78843 United States
State: TX
Contracting office
Laughlin Afb, TX • 78843-5101 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
TX20260181 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Texas • Stephens
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $33.23Fringe $7.52
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+26 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 26 more rate previews.
Davis-BaconBest fitstate match
TX20260181 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Stephens
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $33.23Fringe $7.52
Rate
BOILERMAKER
Base $33.17Fringe $24.92
Rate
IRONWORKER (Reinforcing)
Base $29.64Fringe $8.43
+25 more occupation rates in this WD
Davis-Baconstate match
TX20260162 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Kimble
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
Boilermaker
Base $33.17Fringe $24.92
Rate
IRONWORKER (Reinforcing)
Base $29.64Fringe $8.43
+25 more occupation rates in this WD
Davis-Baconstate match
TX20260216 (Rev 1)
Open WD
Published Jan 23, 2026Texas • Matagorda, Refugio
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.20Fringe $12.38
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+23 more occupation rates in this WD
Davis-Baconstate match
TX20260207 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Hutchinson, Roberts
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $33.23Fringe $7.52
Rate
Boilermaker
Base $33.17Fringe $24.92
Rate
Carpenter
Base $28.57Fringe $9.30
+20 more occupation rates in this WD

Point of Contact

Name
SSgt Ian Monis
Email
ian_jenne_sai.monis@us.af.mil
Phone
8302984190
Name
Joselynn Cooper
Email
joselynn.cooper@us.af.mil
Phone
8302985715

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR EDUCATION AND TRAINING COMMAND
Office
FA3099 47 CONF CC
Contracting Office Address
Laughlin Afb, TX
78843-5101 USA

More in NAICS 238160

Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

Reference Number: FA3099-26-Q-1009 (Use this in all communications)

Requirement: Repair Roof of Aerospace Physiology, B380, at Laughlin AFB, TX.

NAICS Code: 238160, Roofing Contractors

Size Standard: $19 Million

Business Status: The Government is interested in all Small Businesses that are capable of meeting this requirement, including 8(a), HUBZone, SDVOSB, WOSB, VOSB, and general Small Businesses.

Submission: Submit a capabilities package (5-page limit) with the requested information.

Deadline: Tuesday, March 31st, 2026 3:00PM CST

Submission Emails:

Ian Monis, SSgt, USAF

Contracting Officer

ian_jenne_sai.monis@us.af.mil

Joselynn Cooper, A1C, USAF

Contract Specialist

joselynn.cooper@us.af.mil

Laughlin Air Force Base, Texas, anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 238160. The size standard for this NAICS is $19M.

The purpose of this project is to provide all labor, equipment and materials to design and construct a new approximately 9500 total square foot ethylene propylene diene monomer (EPDM) roof system to replace the existing roof that has deteriorated on Building 380. Work will include, but is not limited to, removal of existing roofing system, flashing, trim, and removal of abandoned penetrations and inspection/repair of decking as appropriate.

The Source Selection strategy for this procurement is undetermined at this time.

When responding, please include in your capabilities package your Unique Identification Code, Cage Code, System for Award Management expiration date, and any other supporting documents.

Market research is being conducted to determine the interest, capability, and socio-economic category of potential sources. All interested firms must submit a capabilities package that is brief, concise, and clearly demonstrates an ability to meet the stated requirements.

The response must not exceed 5 pages and should include the following:

1. Company Information:

  • A brief description of your company's business size (i.e., annual revenues and employee size).
  • Business status (i.e., 8(a), HUBZone, SDVOSB, WOSB, VOSB, or Small Business).

2. Relevant Experience:

  • A description of similar services offered to the Government and to commercial customers.
  • Three (3) past performance references, including current contact information and contract number for each.

3. Teaming & Subcontracting Strategy:

  • Clearly delineate any teaming and/or subcontracting arrangements.
  • Provide the anticipated percentage of effort to be subcontracted.
  • State whether small or large businesses will be used as subcontractors.
  • Include details on previous experience in teaming.

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.

Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.

Future information about this acquisition, including the issuance of a solicitation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.