Skip to content
Department of Defense

Recruiting Station - Marines Permanent Contact Station - St. Croix, USVI

Solicitation: DACA175260001000
Notice ID: efe50caba7ee4e1f984184430726fd41
TypeSolicitationNAICS 531190PSCX1AADepartmentDepartment of DefenseAgencyDept Of The ArmyPostedMar 12, 2026, 12:00 AM UTCDueApr 11, 2026, 03:59 AM UTCCloses in 29 days

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Christiansted, N/A • 00823 Virgin Islands, British. Response deadline: Apr 11, 2026. Industry: NAICS 531190 • PSC X1AA.

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: DACA175260001000. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 531190 (last 12 months), benchmarked to sector 53.

12-month awarded value
$7,960
Sector total $1,734,721,369 • Share 0.0%
Live
Median
$7,960
P10–P90
$7,960$7,960
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,960)
Deal sizing
$7,960 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 →
Live POP
Place of performance
Christiansted, N/A • 00823 Virgin Islands, British
Contracting office
Jacksonville, FL • 32207-0019 USA

Applicable Wage Determinations

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

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
William Felder
Email
William.C.Felder@usace.army.mil
Phone
9042321047

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION SOUTH ATLANTIC • ENDIST JACKSONVILLE • W074 ENDIST JACKSNVLLE
Contracting Office Address
Jacksonville, FL
32207-0019 USA

More in NAICS 531190

Description

The Jacksonville District, U.S. Army Corps of Engineers is soliciting lease proposals for a minimum of 597 to a maximum of 785 gross rentable square feet of retail storefront space on or within the following delineated area within the Commercial Hub of St. Croix, VI, as described:

Northern Limit: Sunny Isles Shopping Center

Southern Limit:   John F. Luis Hospital

Eastern Limit: Mid-Island

Western Limit: Airport (STX)

The space shall contain adequate/assigned parking for approximately one (1) Government vehicle both during the day and overnight.  The lease is for a Five (5) year term with Government termination rights, and a full-service lease (to include all utilities and janitorial services) is preferred.  Must use Government Lease.  The Government’s space and service requirements are described in the attached documents entitled Minimum and Specific Requirements, Construction and Security Specifications and Construction Specifications Bid Proposal Worksheet, and Janitorial Services Specifications - Requirements.

Additionally, the following documents which contain other Government leasing requirements are also attached for your review:

a.  U.S. Government Lease for Real Property

b.  General Clauses; GSA Form 3517B

c.  Evaluation Factors

Please review all the documents thoroughly so that you have a complete understanding of the Government’s requirements.  One item of note in the General Clauses, GSA Form 3517B document is the requirement to register in the System for Award Management at www.SAM.gov (General Clause 17, CFR 52.204-7).  This registration is mandatory for any entity wishing to do business with the Government and must be completed before lease award.  

For your proposal, ensure that you obtain a contractor’s bid to complete the build-out based on the requirements.  Once you have obtained a contractor’s bid, please complete and sign the attached Proposal to Lease Space Worksheet. 

Additional information regarding this solicitation may be obtained from William Felder at william.c.felder@usace.army.mil.  The completed Proposal to Lease Space form and the documents listed in section 5.c of the Proposal to Lease Space form must be received in this office by email to william.c.felder@usace.army.mil no later than 11:59 PM, Friday, April 10, 2026.

After receipt of all proposals, conclusion of discussions, and receipt of best and final offers, the Government will select a location based on the evaluation factors and the lowest overall cost to the Government.  Past performance, if applicable, will also be taken into consideration.  The selection is expected to occur approximately 30 days following the initial proposal cut-off date stated above.  A Government appraisal or value estimate will be conducted to determine fair market rental value for the selected site.

NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.  All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract.  All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).”  Those not currently registered can obtain registration by going to the website http://www.SAM.gov.  The process can usually be completed from 24 to 48 hours after submission.  Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration.  If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov.  Refer to www.SAM.gov for information found in CCR, EPLS, ORCA and FedReg.  Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.

ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated.  This requirement now applies to both new and existing entities.  Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record.  The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.  Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter.  However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation, or the vendor risks no longer being active in SAM.  Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (formerly DUNS number).  The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards.  Remember, there is no cost to use SAM.  To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).

Files

Files size/type shown when available.

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.