- 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
Facilities Support Services in San Diego, CA
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Apr 29, 2026. Industry: NAICS 561210 • PSC S216.
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 561210 (last 12 months), benchmarked to sector 56.
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 561210
Description
This is a SOURCES SOUGHT NOTICE for information only. Replies by interested parties will be used by this agency for preliminary planning purposes. No proposal or contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. Items below subject to change. The U. S. Army Corps of Engineers has been tasked to solicit and award a firm fixed price (LPTA) contract for custodial services at the DLA, Defense Distribution Center in San Diego, CA
Project Scope: O&M activities to include, but are not limited to: preventative maintenance, repairs, custodial services, painting, troubleshooting existing systems, servicing existing operations, emergency services, landscaping, pest control and limited construction activities not to exceed the simplified threshold for small purchases. The facilities to be serviced under this scope are buildings: 479, 660, 656, 657, 658, 659, 3322, 3483, 3581, 3641, two guard houses on Naval Station compound, and one guard house on Naval Air Station North Island. Maintenance may include, but is not limited to: building electrical systems, plumbing systems, mechanical systems, structural systems, small office modifications
The type of set-aside, either small business or among the socioeconomic categories, if any, will depend upon the responses to this sources sought notice. The purpose of this notice is to gain knowledge of the experience and capabilities of both small and large business concerns in performing similar projects in magnitude and complexity of this requirement.
The estimated range for this project is between $5,000,000 and $10,000,000. Potential period of performance: one (1) year base period with four (4) one (1) year option periods.
In accordance with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, small business prime contractors will not pay more than 50 percent (services) of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded.
Minimum capabilities required, include previous experience of projects similar in magnitude and complexity.
Interested sources shall submit a capability statement demonstrating their ability to perform the work as described above. Responses should include the following information, which shall not exceed a total of four pages
- Offerors name, address, point of contact, with telephone numbers, and email addresses.
- Business size/classification, to include any designations as a Small Business, HUBZone, Service Disabled, Veteran Owned, Women-Owned, Disadvantaged Small Business, 8(a), in addition to others, and NAICS code designations.
- Past experience on individual projects of similar scope and magnitude, as described above in the project scope, and describing no more than three (3) projects within the past six (6) years of comparable contract value. Examples occurring on a military installation (Army, Navy, Air Force, Marine Corp) within California, Nevada or Arizona are a plus. Firms local to Southern California are a plus. The projects should be similar in nature to what is described above in the Project Scope. The project title, location, general description to demonstrate relevance to the proposed project, the Offerors’ role, dollar value of contract, type of contract if relevant (GSA, 8a, etc), and name of the company, agency, or Government entity for which the work was performed with contact information (reference name, phone number and e-mail address) should be included for each project. VERY IMPORTANT: work scopes self-performed vs subcontracted and percentage of self-performed vs subcontracted). If past performance was as a JV, indicate which scopes was performed by which JV member
- Adherence to: (Employment Eligibility Verification, FAR 52.222-54)(Service Contract Inventory, FAR 4.17)
Submittals will not be returned. This is not a Request for Proposals, only a Request for Information. No award will result from this Sources Sought Notice. This notice does not constitute any commitment by the Government.
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.