Skip to content
Department of Defense

20260311 Construction Mgmt Services and Industry Analytics

Solicitation: 20260311_CMSandIA
Notice ID: f780b212197c4657be3d7b9657de54e9
TypeSources SoughtNAICS 236220PSCR499Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyPostedMar 11, 2026, 12:00 AM UTCDueMar 18, 2026, 12:00 AM UTCCloses in 6 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 18, 2026. Industry: NAICS 236220 • PSC R499.

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: 20260311_CMSANDIA. 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
$27,366,786,104
Sector total $34,830,566,543 • Share 78.6%
Live
Median
$8,476,868
P10–P90
$48,150$165,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.6%
share
Momentum (last 3 vs prior 3 buckets)
+9339%($26,793,021,297)
Deal sizing
$8,476,868 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
United States
Contracting office
Jbphh, HI • 96860-3134 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
SHELLY TORRES
Email
shelly.k.torres.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVFAC
Office
NAVFAC PACIFIC CMD • NAVFACSYSCOM PACIFIC
Contracting Office Address
Jbphh, HI
96860-3134 USA

More in NAICS 236220

Description

This Sources Sought Notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes.  No contract/task order will be awarded from this notice and no reimbursement will be made for any costs associated

The intent of this Sources Sought Notice is to identify potential sources capable of performing Construction Management Services (CMS) and Industry Analytics located within the Naval Facilities Engineering Systems Command (NAVFAC) Enterprise. For the purpose of this procurement, Enterprise is defined to include all of the regional Facilities Engineering Commands (FECs), such as the Echelon III Component Commands of NAVFAC Atlantic and NAVFAC Pacific, and their subordinate commands. 

The primary objective is to provide professional and technical services to ensure that construction, renovation, and engineering projects are completed on schedule, within budget, and to the highest standards of quality and safety. The source of the requirement is to support projects/programs of the Mega-Project or Strategic Mega-Project category, to include Military Construction (MILCON) and other programs in the $10M to $10B range.

Anticipated deliverables may include:

      CONSTRUCTION MANAGEMENT SERVICES

  1. CONSTRUCTION SITE VISITS AND INSPECTIONS
  2. CONSTRUCTION ADMINISTRATION AND ACCESS COORDINATION
  3. QUALITY ASSURANCE SUPPORT
  4. SAFETY PROGRAM AUDIT
  5. STAKEHOLDER COMMUNICATION AND COORDINATION
  6. REQUEST FOR INFORMATION (RFI) REVIEW
  7. SUBMITTAL REVIEW
  8. SCHEDULE REVIEW AND ANALYSIS
  9. COST ENGINEERING AND CHANGE MANAGEMENT
  10. MANAGEMENT OF PERFORMANCE GUARANTEES AND LIQUDATED DAMAGES
  11. COMMISSIONING SYSTEM INSPECTION
  12. PROGRAM MANAGEMENT SUPPORT
  13. PROCUREMENT AND CONTRACT ADMINISTRATATION SERVICES
  14. COMMISSIONING AND ACCEPTANCE OVERSIGHT
  15.  ENTERPRISE PROGRAM MANAGEMENT COORDINATION
  16. UTILITY OUTAGE COORDINATION AND SUPPORT
  17. CONSTRUCTION PROJECT RISK ANALYSIS

INDUSTRY ANALYTICS

  1. CONSTRUCTION PROJECT RISK ANALYSIS

In accordance with (IAW) Deputy Assistant Secretary of the Navy (Procurement) (DASN(P)) and Executive Order (EO)14240 with implementation guidance from Office of Management and Budget (OMB) M-25-31, this procurement will be using Seaport-NxG.  OMB released memo M-19-13, “Category Management: Making Smarter Use of Common Contract Solutions and Practices,” which has made CM to continue to grow in importance across the Federal Government.

The primary North American Industry Classification System (NAICS) Code for this potential requirement is 236220, Commercial and Institutional Building Construction – Construction Management Services, with a Size Standard of $45 million. The contract term is anticipated to include a 12-month base period, and four (4) 12-month option periods.  All deliverables performed during the life of the requirement will be ordered by the Government on an as-needed basis.

This procurement action is being conducted in accordance with FAR 16.505(b)(1) Fair Opportunity Procedures. Per FAR 16.505(b)(1)(ii), competition requirements in part 6 and the policies in subpart 15.3 do not apply to the ordering process.  FAR 16.505(b), allows this TO to order off of the SeaPort-NxG. The existing SeaPort-NxG contract is non-commercial, and therefore this task order being ordered off the SeaPort-NxG may be non-commercial. The services being ordered does not meet the definition of Commercial Services in FAR 12. The services are not being procured for support of a commercial product.  Fair opportunity will be given to all MAC holders utilizing SeaPort-NxG IAW FAR 16.505(b)(1)(iii)(B) which states that the contracting officer shall provide fair notice of intent to make a purchase and afford all contractors a fair opportunity to submit and offer that will be fairly considered.

This Task Order (TO) will be procured through Seaport-NxG.  The PWS will follow performance based contracting principles and comply with the Office of Management and Budget (OMB) and DoD’s Performance Based Service Acquisition requirements.  The PWS will include measurable performance standards, requirements, and deliverables to be achieved. The Government will assess the contractor performance against the stated performance standards in the PWS to determine whether or not the contractor is meeting the performance objectives.

Interested sources are invited to respond by filling out the Statement of Interest Questionnaire, provided under separate file.  NAVFAC Pacific will utilize the information for acquisition planning purposes.  Respondents will not be notified of the results of the evaluation. All information will be held in a confidential manner and will only be used for the purposes intended.  Please respond to this Sources Sought Notice no later than Tuesday, March 17, 2026 @ 2:00 P.M. HST and direct any questions to Shelly Torres at shelly.k.torres.civ@us.navy.mil

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.