Skip to content
Department of Defense

B403 CYBER Repair

Solicitation: W50S8R26RA002
Notice ID: eb27ffcbd5ac4576b9e1501dccb455bf
TypePresolicitationNAICS 236220PSCZ2QADepartmentDepartment of DefenseAgencyDept Of The ArmyStateOHPostedApr 08, 2026, 12:00 AM UTCDueApr 15, 2026, 05:00 PM UTCCloses in 7 days

Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Apr 15, 2026. Industry: NAICS 236220 • PSC Z2QA.

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: W50S8R26RA002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$29,063,180,871
Sector total $37,204,442,544 • Share 78.1%
Live
Median
$10,552,532
P10–P90
$175,474$46,209,800
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.1%
share
Momentum (last 3 vs prior 3 buckets)
-91%(-$24,222,718,525)
Deal sizing
$10,552,532 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 OH
Live POP
Place of performance
Mansfield, Ohio • 44903 United States
State: OH
Contracting office
Mansfield, OH • 44903-8049 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
OH20260087 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Lorain
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $43.88Fringe $26.93
Rate
BRICKLAYER
Base $38.13Fringe $20.19
+42 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 42 more rate previews.
Davis-BaconBest fitstate match
OH20260087 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Lorain
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $43.88Fringe $26.93
Rate
BRICKLAYER
Base $38.13Fringe $20.19
Rate
BRICK POINTER/CAULKER/CLEANER
Base $38.13Fringe $20.19
+41 more occupation rates in this WD
Davis-Baconstate match
OH20260077 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Fairfield
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $35.23Fringe $23.04
Rate
BRICKLAYER
Base $33.24Fringe $19.62
Rate
TILE FINISHER
Base $28.31Fringe $10.45
+39 more occupation rates in this WD
Davis-Baconstate match
OH20260027 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Brown, Butler
Rate
BRICKLAYER
Base $35.00Fringe $17.13
Rate
ELECTRICIAN
Base $38.05Fringe $22.97
Rate
POWER EQUIPMENT OPERATOR (Bulldozer)
Base $37.02Fringe $15.20
+12 more occupation rates in this WD
Davis-Baconstate match
OH20260029 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Lake, Medina
Rate
BRICKLAYER
Base $34.04Fringe $7.88
Rate
POWER EQUIPMENT OPERATOR (Bulldozer, Backhoe/Excavator)
Base $39.46Fringe $15.15
Rate
POWER EQUIPMENT OPERATOR Crane
Base $36.92Fringe $24.01
+10 more occupation rates in this WD

Point of Contact

Name
Gordon Strom
Email
gordon.strom.1@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
NATIONAL GUARD BUREAU
Office
JFHQ USPFO OH • USPFO OH PROCUREMENT • W7NU USPFO ACTIVITY OHANG 179
Contracting Office Address
Mansfield, OH
44903-8049 USA

More in NAICS 236220

Description

The Ohio National Guard intends to issue a Request for Proposals (RFP) to award a single firm fixed- price contract for non-personal services to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the Renovation/Repair of Building 403, to meet ICD-705 standards and accommodate current cyberoperations mission requirements, in accordance with design specifications and drawings, located at the 179th Cyberspace Wing, Mansfield, Ohio ANG.

The contract duration will be five hundred and forty (540) calendar days after issuance of notice to proceed, to include completion of final inspection and punch list items. The magnitude of this project is between $10,000,000 and $20,000,000. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $45,000,000. This action is being procured on an UNRESTRICTED basis. The HUBZone price evaluation preference described at FAR 19.1307 will apply.

A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. The tentative date for issuing the solicitation is on-or-about 30 April 2026. The pre-proposal conference is tentatively planned for on-or-about 15 May 2026, 10:00am EST; location to be provided in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. All questions for the pre-proposal conference shall be submitted by three (3) business days prior to scheduled day, via email to: gordon.strom.1@us.af.mil .

The solicitation closing date is tentatively planned for on-or-about 25 June 2026. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with the Source Selection Procedures described in RFO FAR 15.3, RFO DFARS 215.3, and AFARS 5115.3. Evaluation factors include Technical Capability, Past Performance, and Price. The Government intends to award contracts without conducting discussions.

Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov . Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov.

***Cybersecurity Maturity Module Certification (CMMC) Requirement***

ALL Offerors shall have a current CMMC status at the following CMMC level (or higher): Level 2 (Level 2 Self-certifications are not sufficient), for all information systems used in the performance of the contract, to include accessing design specifications and drawings posted to Sam.gov/Contract Opportunities, during the solicitation phase. See DFARS 252.204-7021. Offerors will need to be registered in the Procurement Integrated Enterprise Environment (PIEE), at: https//piee.eb.mil, the navigate to the Supplier Performance Risk System (SPRS) module, to register for CMMC.

***   ***

This solicitation is not an invitation for bids and there will not be a formal public bid opening. All inquiries shall be in writing, preferably via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to email your questions to: gordon.strom.1@us.af.mil .

DISCLAIMER: The official plans and specifications will be located on the official Government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible for various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.

In accordance with FAR 36.211(b), the following information is provided:

  1. The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204.
  2. Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available, but will be compiled and provided in future announcements.

NOTE 2:

Intrusion Detection System (IDS) equipment, materials, and installation are brand name/sole source-specific (Advantor). Justification and approval have been previously posted and will be included with the solicitation.

NOTE 3:

In addition to base bid line items, the solicitation will include the following option line items:

  1. OPTION 01: Intrusion Detection System (IDS)
  2. OPTION 02: Back-up Generator & Load Bank
  3. OPTION 03: Uninterruptable Power System (UPS)

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.