- 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
Repair Roof Aerospace Physiology, B380
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.
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 238160 (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 26 more rate previews.↓
Point of Contact
Agency & Office
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.
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.