Skip to content
Department of Defense

Fort Thompson Intake/Pumphouse Construction

Solicitation: W9128F26BA018
Notice ID: fb5428f9322564941b293c134812201e
DepartmentDepartment of DefenseStateSDPostedFeb 05, 2026, 12:00 AM UTCDueMar 02, 2026, 05:00 AM UTCCloses in 1 days

Federal opportunity from DEPT OF DEFENSE. Place of performance: SD. Response deadline: Mar 02, 2026.

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: W9128F26BA018. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this department (last 12 months).

12-month awarded value
$5,897,557,350,228
Sector total $5,897,557,350,228 • Share 100.0%
Live
Median
$109,878
P10–P90
$29,799$927,826
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+1019071%($5,896,368,413,451)
Deal sizing
$109,878 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 official portal →
Live POP
Place of performance
SD, US
State: US
Contracting office
Not listed

Incumbent & Expiration Tracking

Incumbent
Not available
Data source
Not detected
Contract expiration
Not available
No expiration data
Capture records and source attachments to track incumbent rollover timing.

Competitive Heat Score

Bid pressure estimate
70/100
High

Competition likely above baseline. Prioritize compliance speed and win themes early.

  • Deadline pressure: Closes in 1 days.
  • Competition pool: Open competition (no set-aside detected).

Point of Contact

Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
Not available
Subagency
Not available
Office
Procurement
Contracting Office Address
Not available

Description

************************************************5 Feb 2026 - UPDATE: To confirm intent to attend the Site Visit on 10 Feb, please email Cody Nickolas at cody.j.nickolas@usace.army.mil and copy jeffrey.w.wyant@usace.army.mil and sam.k.mcguffey@usace.army.mil .*************************************************Construct wet well, water intake, and pump house at Lake Sharpe, Fort Thompson, SD in accordance with the incorporated specifications and drawing sheets. The U.S. Army Corps of Engineers (USACE) Omaha District is issuing a Two-Step Invitation for Bid (IFB) following FAR Part 14.5. The solicitation will result in one (1) Firm Fixed-Price contract for installing a new raw water intake system and constructing a new pump house on Lake Sharpe at Fort Thompson in South Dakota. This solicitation is Set-Aside to SMALL BUSINESS FIRMS. Contractors must be registered and have active and verified accounts in both the System for Award Management (SAM) to receive a contract award from any DoD activity. Contractors may access the website SAM.gov at https://www.sam.gov/ to register and/or obtain information about the SAM program. Contractors must ensure that the applicable NAICS Code 237990 Other Heavy and Civil Engineering Construction is included in their profile prior to submission of offer. The current size standard is $45,000,000.00.Site Visit: A site visit is planned for Tuesday, 10 February 2026. The details are in clause 52.236-27 and its alternate on pages 12 and 13 of the soliciation.The estimated magnitude of construction is between $5,000,000 and $10,000,000. Invitation For Bid (IFB) Evaluation Criteria: This solicitation and resulting contract are using a Two-Step Sealed Bidding procurement method as described in FAR Part 14.5. The two-step procedure is a combination of competitive procedures designed to obtain the benefits of sealed bidding while ensuring only technically acceptable firms participate in the priced sealed bid. The process allows for the Step One technical proposal submission and evaluation to be performed to identify firms eligible for Step Two. Step One ensures that only technically acceptable firms participate in the Step Two sealed bid process. Contractors participating in the solicitation will submit technical requirements in accordance with the solicitation, Section 00 22 00 EVALUATION CRITERIA for Step 1. Submissions will be evaluated for acceptability considering technical elements for evaluation.The submission requirements of Step One, Request for Technical Proposal, shall not include any prices or pricing information. Bid bonds / guarantees are not required to be submitted with the Step One technical proposal. Under this bidding process, Step One consists of the request for submission, evaluation and (if necessary) discussion of a technical proposal. Only one (1) technical proposal may be submitted by each offeror. The proposals will be evaluated for technical acceptability. Again, the technical proposal must not include prices or pricing information. A notice of “acceptable” or “unacceptable” will be forwarded to each Step One offeror upon completion of the technical proposal evaluation and final determination. The names of the offerors that submitted acceptable technical proposals will be listed on the Government’s https://sam.gov/ website for the benefit of prospective subcontractors. In Step Two, an amendment to the solicitation will be issued along with any updates to the technical specifications and construction drawings to only those bidders whose technical proposals are determined to be acceptable in Step One. The normal sealed bidding process in FAR Part 14 will be followed in Step Two. Only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions for Step One, will be considered for award. Each bid in Step Two must be based on the bidder's own technical proposal that was submitted, evaluated and determined to be acceptable in Step One. Bidders must comply with the 100% technical specifications and construction drawings and the bidder’s acceptable technical proposal. Bid bonds will be required to be submitted with the Step Two bid submission. Payment and Performance Bonds will be required for the full amount (100%) at the time of contract award before the Notice to Proceed (NTP) can be issued.Point Of Contact: All questions shall be submitted on ProjNet as identified in Section 00 22 00 of the soliciation.

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.