Skip to content
Department of Defense

Miscellaneous Environmental and Cultural Resource Management Services

Solicitation: W912PL26S0015
Notice ID: f867e8d779714a8283ddf4f914ec591c
TypeSources SoughtNAICS 541330PSCF999DepartmentDepartment of DefenseAgencyDept Of The ArmyStateCAPostedMar 31, 2026, 12:00 AM UTCDueApr 29, 2026, 06:59 AM UTCCloses in 20 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Apr 29, 2026. Industry: NAICS 541330 • PSC F999.

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: W912PL26S0015. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$11,598,288,083
Sector total $5,891,976,226,424 • Share 0.2%
Live
Median
$49,000,000
P10–P90
$304,863$85,900,000
Volatility
Volatile175%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+74%($3,138,335,069)
Deal sizing
$49,000,000 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 CA
Live POP
Place of performance
Los Angeles, California • United States
State: CA
Contracting office
Los Angeles, CA • 90017-3409 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
CA20260007 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
+247 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 247 more rate previews.
Davis-BaconBest fitstate match
CA20260007 (Rev 3)
Open WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
Rate
handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) AREA 1
Base $35.31Fringe $12.75
+246 more occupation rates in this WD
Davis-Baconstate match
CA20260026 (Rev 2)
Open WD
Published Jan 23, 2026California • San Bernardino
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+129 more occupation rates in this WD
Davis-Baconstate match
CA20260012 (Rev 2)
Open WD
Published Jan 23, 2026California • San Luis Obispo
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+128 more occupation rates in this WD
Davis-Baconstate match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD

Point of Contact

Name
Roger Minami, Procurement Analyst
Email
kinya.r.minami@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION SOUTH PACIFIC • ENDIST LOS ANGELES • W075 ENDIST LOS ANGELES
Contracting Office Address
Los Angeles, CA
90017-3409 USA

More in NAICS 541330

Description

This SOURCES SOUGHT NOTICE is for information only. Replies by interested parties will be used by the Los Angeles District (SPL), USACE  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. The intent of this notice is to gather information on firms interested in a potential Multiple Award Task Order Contract (MATOC) to procure a wide range of environmental and cultural resource management services to support projects and programs primarily throughout SPL civil works and military boundaries, which span Southern California, Southern Nevada, Southwestern Utah, and Arizona. This MATOC will secondarily support projects and programs throughout the broader South Pacific Division boundaries of the USACE, including the Sacramento, San Francisco, and Albuquerque Districts. Everything contained in this sources sought is subject to change

MATOC  Scope:  Environmental and cultural resource tasks under this potential MATOC include those associated with water resources-related infrastructure projects, including flood risk management, navigation improvements, shoreline protection, and ecosystem restoration, as well as military construction projects and environmental remediation of properties that were formerly owned by or leased to the Government. Additionally, this potential MATOC will support master plan development, which includes creating public recreation opportunities and associated mitigation efforts.

Scope of Services Being Sought Include the Following: 

A. Environmental Services:

-Research and literature services

-Vegetation and habitat assessment and evaluation

-Intensive species surveys, monitoring, and special studies

-Construction monitoring

-Habitat restoration and mitigation, including site design and implementation

-Mapping and GIS services

-General environmental coordination

-Investigations related to Comprehensive Environmental Response, Comprehensive and Liability Actor CERCLA

-Production of reports, data compendia and exhibits

-Biological Assessments (BAs), Environmental Assessments (EAs), Supplemental Environmental Assessments (SEAs), Environmental Impact Statements (EISs), EIS Addendums, Mitigation Action Plans (MPAs) and other NEPA-related supporting documents and notices

B. Cultural Services

-Cultural resources records and literature searches

-Reconnaissance studies and intensive surveys

-Testing and evaluation of cultural sites

-Mitigation through data recovery and analysis

-Construction monitoring

-Facilitating tribal consultation meetings

-Ethnographic studies and other related research

-Assessment of historic architecture and built environment resources

Notes:

-Contractor knowledge of the USACE six step planning process used for feasibility planning studies and the Principles and Requirements for Federal Investments in Water Resources (or PR&G) that are intended to provide a common framework for analyzing a diverse range of water resources projects, programs, activities, and related actions involving Federal investment is a plus.

-Contractor qualifications must include proof of adequate resources (e.g., sufficient personnel, appropriate disciplines on staff, vehicles for travel, field and laboratory equipment) necessary to successfully perform the range of environmental and cultural services described herein.

The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) code 541330-Engineering Services, which has a small business size standard of $25.5M

MATOC Ceiling: $25M (current estimate)

Period of Performance: 5-Year Ordering Period

In accordance with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, small business prime contractors will not pay more than 50% (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% subcontract amount that cannot be exceeded.

Interested sources shall submit a capability statement demonstrating ability to perform the work in the Scope of Services as described above. Minimum capabilities required include previous experience with task orders of similar scope, magnitude, and complexity. Responses, not to exceed a total of six pages (not including CPARS), must include the following information:

  1. Offerors name, address, point of contact, with telephone numbers, and email addresses.
  2. 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.
  3. Past experience on individual projects of similar scope, magnitude, and complexity to what is described in the MATOC Project Scope,  describing no more than three (3) projects that are complete or at least 50% complete from within the past six (6) years. Examples from within the Los Angeles District footprint are encouraged.
  4. Description of experience on projects to include: (Project title, location, and general description to demonstrate direct relevance to the described MATOC scope)(Percentage of offerors’ role and work scopes self-performed versus subcontracted)(Dollar value of each task order)(Name of company, agency, or Government entity for which the work was performed (include reference name, contact phone number and e-mail address for each task order described).
  5. Examples provided MUST have a dollar value greater than $500,000
  6. For any past experience described, also provide CPARS or related ratings information for that particular experience.  *The ratings information does NOT count towards the page count.
  7. 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
  8. If submitting as a JV, please include information about the JV (mentor-protégé agreement, JV agreement, etc)
  9. For the past experience given, provide CPARS or related ratings information.  The ratings info does not count towards the page count.

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.