Skip to content
Department of Defense

Chapman MWD Large Capacity Kennel

Solicitation: W9126G27RA005
Notice ID: fa793ff880064c7eb9aaeadaf0b9d4de
TypeSpecial NoticeNAICS 236220PSCY1AZSet-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateTXPostedMar 19, 2026, 12:00 AM UTCDueApr 03, 2026, 07:30 PM UTCExpired

Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Apr 03, 2026. Industry: NAICS 236220 • PSC Y1AZ.

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: W9126G27RA005. 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 TX
Live POP
Place of performance
Dwg, Texas • 78236 United States
State: TX
Contracting office
Fort Worth, TX • 76102-6124 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
TX20260272 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Texas • Waller
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation)
Base $30.20Fringe $12.38
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+51 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 51 more rate previews.
Davis-BaconBest fitstate match
TX20260272 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Waller
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation)
Base $30.20Fringe $12.38
Rate
BOILERMAKER
Base $33.17Fringe $24.92
Rate
CARPENTER (Excludes Acoustical Ceiling Installation,Drywall Hanging, Form Work and Metal Stud Installation)
Base $33.27Fringe $9.73
+50 more occupation rates in this WD
Davis-Baconstate match
TX20260216 (Rev 1)
Open WD
Published Jan 23, 2026Texas • Matagorda, Refugio
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.20Fringe $12.38
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+23 more occupation rates in this WD
Davis-Baconstate match
TX20260116 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Angelina
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $33.23Fringe $7.52
Rate
Boilermaker
Base $33.17Fringe $24.92
Rate
CARPENTER (Form Work Only)
Base $33.27Fringe $9.73
+22 more occupation rates in this WD
Davis-Baconstate match
TX20260158 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Jackson
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
BOILERMAKER
Base $33.17Fringe $24.92
Rate
IRONWORKER (Reinforcing)
Base $29.64Fringe $8.43
+20 more occupation rates in this WD

Point of Contact

Name
Bijay Gurung
Email
bijay.gurung@usace.army.mil
Phone
8178861018
Name
Matthew Dickson
Email
matthew.s.dickson@usace.army.mil
Phone
8178861110

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION SOUTHWESTERN • ENDIST FT WORTH • W076 ENDIST FT WORTH
Contracting Office Address
Fort Worth, TX
76102-6124 USA

More in NAICS 236220

Description

SOURCES SOUGHT NOTICE For FY27 JBSA Chapman MWD Large Capacity Kennel at Joint Base San Antonio, Texas

This is a SOURCES SOUGHT notice; a market survey, for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS

NOTICE. No reimbursement will be made for any costs associated with providing information or industry response to this notice or any follow up information requests. Not responding to this notice does not preclude participation in any future procurement. If a solicitation is released, it will be synopsized in the Government-Wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Responses to the sources sought will be utilized with other market research methods to establish the planned acquisition strategy. The planned acquisition strategy will be posted as a change to this synopsis, as required by regulation.

The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB). All are highly encouraged to respond to solidify the acquisition strategy.

Note: This project is subjected to Project Labor Agreements (PLA) requirements. Please respond to the PLA-related questions provided below.

The acquisition strategy will be determined based on responses received from this notice and/or other market research methods.

The U.S. Army Corps of Engineers – Fort Worth District has been tasked to solicit for and award a firm-fixed-price, design-bid-build construction project for the construction of a large DoD Military Working Dog (MWD) kennel complex at Joint Base San Antonio, Texas.

The Government is seeking experienced firms for the following scope of work:

Construct a large DoD Military Working Dog (MWD) kennel complex comprised of three kennel facilities, providing a total of 400 dog runs, and one Kennel Support Facility. Kennel facilities will include private indoor and outdoor dog runs for each animal, in accordance with Air Force MWD Facility standard designs, as well as interior and exterior corridors to access dogs from both the indoor and outdoor runs. Each kennel facility will also include central support spaces including a latrine, tack room, grooming/screening room, food prep areas, and storage rooms. Kennel facilities will also have a covered artificial turf exercise area running the length of the building, with fencing and gates to subdivide the area as necessary to isolate one or multiple dogs. Kennel buildings will be single-story structures with load bearing reinforced CMU walls at the perimeter of the buildings, brick veneer at the ends of the kennel wings and central support areas, standing seam metal roofs with a minimum 3:12 slope and sufficient insulation above deck to meet the local energy requirements, galvanized steel roof decks, open-web steel joists spanning the exterior walls without interior support columns, reinforced concrete ribbed mat slab foundations, reinforced concrete beams beneath the exterior CMU walls and interior beams, painted CMU interior construction, and sealed concrete floors. The Kennel Support Facility will be a single story, largely administrative building, with spaces for private offices, open work areas, training rooms/classrooms, locker rooms for trainers, storage rooms, etc. The final layout of the facility will be determined in close coordination with the end user in subsequent phases of design. The project includes all required site preparation, site improvements, utilities, stormwater management features, communications support, mass notification systems, fire protection and suppression systems, pavements, landscaping, and all supporting work for complete and usable facilities. The environmental remediation will consist of removal of contaminated soils likely present in the area. Facilities will be designed as permanent construction in accordance with DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements. This project will comply with DoD Antiterrorism/Force Protection requirements per UFC 4-010-01. Air Conditioning: 240 Tons.

The target price range for this acquisition is $160M to $200M.

Estimated duration of the project is 730 calendar days. NOTE: The project duration in the actual solicitation could be increased or decreased.

The North American Industry Classification System (NAICS) code for this procurement is 236220 which has a small business size standard of $45,000,000.

The Product Service Code is Y1AZ—Construction of Other Administrative Facilities and Service Buildings.

Should this action be set-aside for small business, firms are reminded of the requirements under RFO Clause 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government to the prime’s subcontractors that are not similarly situated. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.

Should this action be solicited as Full and Open Competition, a Small Business Participation Proposal will be identified as an evaluation factor in the solicitation. Large Business(es) must comply with RFO Clause 52.219-9 by submitting an acceptable Small Business Subcontracting Plan.

Prior Government contract work is not required for submitting a response to this notice. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual (EM 385-1-1), and must also comply with all Federal, State, and local laws, ordinances, codes and/or regulations.

Anticipated solicitation issuance is mid-February 2027, and the estimated proposal due date will be early-April 2027. The official notice citing the solicitation number will be issued via the GPE and firms are to register electronically to receive a copy of the solicitation when it is issued.

Response to this Notice shall be limited to 5 pages and shall include the following information:

  1. Firm’s name, address, point of contact, phone number, Unique Entity Identifier and e-mail address.
  2. Firm’s interest in bidding on the solicitation when it is issued.
  3. Firm’s experience to perform the magnitude and complexity outlined in the Scope of Work within the past 5 years above by providing:
    • Brief description of the project, customer name, and dollar value of the project – provide at least 3 examples.
  4. Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.
  5. Will the firm submit a response as a Joint Venture or other arrangement?
    • If YES, provide specific type: Joint Venture, Mentor-Protégé, Teaming Arrangement, or Other
  6. Firm’s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars).

PLA Questionnaire:

1. Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation.

2. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible.

3. Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed?  If so, please elaborate and provide supporting documentation where possible.

4. Identify specific reasons why or how you believe a PLA would advance the Federal Government’s interest in achieving economy and efficiency in Federal procurement.

5. Identify specific reasons why you do not believe a PLA would advance the Federal Government’s interest in achieving economy and efficiency in Federal procurement.

6. Identify any additional information you believe the Government should take into consideration regarding the use of a PLA on the referenced project.

7. Does your company intend to bid/propose on this project if a PLA requirement is included in the solicitation? Does your company intend to bid/propose on this project if a PLA requirement is not included in the solicitation?

8. What are the likely cost impacts, if any, to your bid/proposal price if a PLA requirement is included in the solicitation? Please provide as much detail as possible regarding any anticipated cost impacts (positive or negative) of the inclusion of a PLA requirement, including any information you can provide about the magnitude of the anticipated impact.

This announcement and all information will be issued via the Government Point of Entry, and Offerors must be active in the System for Award Management (SAM) to be eligible for award of Government contracts.

Interested Firms shall respond to this Notice no later than 3 April 2026.  Email your response to Bijay Gurung at bijay.gurung@usace.army.mil.

*EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE.

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.