Market Intelligence — All Sectors
Records by Type
Top Contractors in All Sectors
| # | Contractor | Awards | Total Value |
|---|---|---|---|
| 1 | 16,942 | Not specified | |
| 2 | VERIZON WIRELESS | 3,776 | Not specified |
| 3 | CONSOLIDATED ELECTRICAL DISTRIBUTORS | 2,254 | Not specified |
| 4 | PITNEY BOWES INC | 1,918 | Not specified |
| 5 | GENUINE PARTS CO. DBA NAPA | 1,750 | Not specified |
| 6 | DELL | 1,549 | Not specified |
| 7 | RICOH USA, INC. | 1,542 | Not specified |
| 8 | U.S. BANK NATIONAL ASSOCIATION | 1,500 | Not specified |
| 9 | GOODYEAR TIRE & RUBBER COMPANY | 1,464 | Not specified |
| 10 | GRAINGER | 1,385 | Not specified |
Competitive Position
Good conditions for new entrants — 10+ active vendors
Set-Aside Distribution
Monthly Activity (Last 12 Months)
Trending All Sectors Records
Notice of Opportunity (NOO) for ESPC at NASA Goddard Space Flight Center
NASA Goddard Space Flight Center is interested in pursuing an Energy Savings Performance Contract (ESPC) project at the Goddard Space Flight Center (GSFC) located in Greenbelt, Maryland, specifically a photovoltaic (PV) Energy Conservation Measure (ECM) that may be structured as an Energy Sales Agreement (ESA) if the new federal investment tax credit deadlines and all associated requirements can be met. No other ECMs are desired. This Notice of Opportunity (NOO) invites current holders of the Department of Energys (DOE) Fourth Generation ESPC Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to submit a written response (an expression of interest) to be considered for Contractor selection for this potential task order award. Details regarding how the Energy Service Company (ESCO) will meet the tax incentive deadlines shall also be included in the Expression of Interest (EOI). The scope of the Task Order (TO) awarded for this project is a PV system at GSFC Area 100 as identified in this notice (see details in Sections 2 and 3 of the attached NOO). There are opportunities for additional PV systems, which could be investigated during the Investment Grade Audit (IGA) if the additional analysis does not jeopardize meeting tax incentive deadlines. The purpose of this NOO update is to provide Government responses to industry questions.
IDIQ for Roofing in the PWD Pennsylvania AOR
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for an Indefinite Delivery Indefinite Quantity (IDIQ) for Construction Maintenance for Roofing Repair/Replacement for Various Sites in the Philadelphia and Mechanicsburg Areas of Responsibility (AOR). This is an Indefinite Delivery / Indefinite Quantity (IDIQ) contract to provide roof repair and replacement and various types of maintenance repairs and preparations associated with roof repair and replacement. Roof repair, replacement, and maintenance work will be performed at the three (3) Department of the Navy Sites, listed below: Philadelphia Naval Business Center (PNBC), 4921 South Broad St, Philadelphia PA 19112 Naval Support Activity Philadelphia (NSA-P), 700 Robbins St, Philadelphia PA 19111 Naval Support Activity Mechanicsburg (NSA-M), 5450 Carlisle Pike, Mechanicsburg PA 17050 The Contractor must furnish all hazmat testing, hazmat remediation, mold remediation, labor, materials, equipment, tools, transportation, supervision, safety, surveys, engineering layout work, quality control, traffic control, and management necessary to fulfill the requirements of task orders issued by the Contracting Officer under this contract. Each task order must be executed in a timely manner, with safety as a priority and quality work as the final product. The Government contemplates that one contract will be awarded for this solicitation. The projects shall be administered by the specific base location of the work. The duration of the contract will be for a five (5) year ordering period from the date of contract award. The total five-year ordering period includes a base period and four 12-month option periods not to exceed sixty (60) months from the date of contract award. The Government may issue a minimum guarantee in amount of $5,000.00 to the successful offeror via the initial task
Medium Caliber Non-Recurring Engineering (NRE)
The U. S. Army Contracting Command ? New Jersey (CCNJ), on behalf of the Program Manager for Maneuver Ammunition Systems (PM-MAS) which manages the production of medium caliber ammunition systems for the Joint Program Executive Office for Armaments and Ammunition (JPEO AA), intends to award up to 3 new Indefinite Delivery Indefinite Quantity (IDIQ) contracts for the procurement of Medium Caliber Non-Recurring Engineering (Med Cal NRE). The contracts will allow for Firm Fixed Price (FFP) or Cost Plus Fixed Fee (CPFF) task/delivery orders. One of the 3 potential contract awards will be reserved for Small Businesses. Each contract will consist of 12-month ordering periods for a total of 5 ordering periods. The U. S. Army must ensure there are adequate and affordable industrial capabilities to meet current and future needs for ammunition design, development, small quantity development related fabrication and testing. The U. S. Army utilizes the knowledge, skills, processes, and facilities of U. S. and Canada and its outlying areas contractors in order to maintain an organic capability for ammunition design, development, fabrication and testing to minimize risk of obsolescence. In accordance with 6.302-3(a) (2)(i), Industrial Mobilization; Engineering, Development, or Research Capability; or Expert Services, use of Other Than Full and Open Competition is deemed appropriate in order to maintain a facility, producer, manufacturer, or other supplier available for furnishing supplies or services in case of a national emergency or to achieve industrial mobilization. The nature of this effort will be the procurement of Development, Engineering, Manufacturing, Design, and Testing Support of Medium Caliber programs for PM-MAS at Picatinny Arsenal, NJ. The proposed requirement is for the development, engineering, testing services, evaluation, training models, engineering/design services and support, qualification, ammunition components and production of 20mm x 102mm, 25mm
Fort Johnson Horizontal MATOC HUBZone Pool
The United States Army Corps of Engineers (USACE) Fort Worth District has the following requirement: NOTE: THIS IS A PRESOLICITATION NOTICE, NOT A SOLICITATION. SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE, NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS PRESOLICITATION NOTICE IS SUBJECT TO CHANGE. THIS NOTICE IS FOR A 100% SMALL BUSINESS HUBZone SET-ASIDE The resulting solicitation, W9126G25R0128 will be issued as a Request for Proposal (RFP) for Fort Johnson Horizontal MATOC Small Business HUBZone Pool seeking a target of five (5) small business in this competition for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Fort Johnson Horizontal Construction (Small Business) primarily to support construction and repair. The MATOCs may be used to support other USACE Civil and Military programs within Southwestern Division (SWD) geographic boundaries for Design-Build (DB) and Design Bid Build (DBB) Horizontal Construction for Fort Johnson to support construction and repair. The overall construction program will include, but is not limited to design and construction of roads, parking lots, boat ramps, Heli-pads, bridges, gates, retaining walls, drainage improvements, pedestrian border fences, vehicle border fences, airport runways, airport taxiways, levy and flood walls and lighting, irrigation systems, cemetery expansions to include pre-placed crypts, columbaria, ossuaries/memorial walls; and repair or alteration of all of these. This acquisition will utilize a two phase, best value methodology to establish the MATOC base contract awards on a restricted basis. The government will evaluate offers utilizing the best value continuum, tradeoff process described in the for the base contracts. The proposed Multiple Award Task Order Contract (MATOC) will consist of a target of approximately five (5) Indefinite Delivery
Hydrographic IDIQ Request for Qualifications (SF330)
THIS IS TO CLARIFY THE RESPONSE DUE DATE IS SEPTEMBER 14, 2018, 1700 MT. THIS IS A NOTICE OF INTENT TO CONTRACT FOR ARCHITECT-ENGINEERING SERVICES, REQUEST FOR STANDARD FORM 330 (SF 330), ARCHITECT-ENGINEER QUALIFICATIONS HYDROGRAPHIC DATA COLLECTION SERVICES FOR THE BUREAU OF RECLAMATION¿S UPPER COLORADO REGIONAL BOUNDARY SUBMISSION REQUIREMENTS CONTRACT INFORMATION: This procurement is a small business set-aside for Architect-Engineering Services, which will be performed in accordance with FAR Part 36.6 ¿ Architect-Engineer Services. Pursuant to FAR 36.601-3(c), the architect-engineer services and other professional services included in the statement of work shall be performed or approved by a registered or licensed architect or engineer. The North American Industrial Classification System code is 541370, which has a size standard of $15,000,000 in average annual receipts. The anticipated contract method is a multiple award Architect-Engineer Indefinite-Delivery, Indefinite-Quantity (IDIQ) task order contract. The base contract and all orders will be firm fixed-price contracts. The individual contract ceiling amount is $13 million over a five-year period with a guaranteed contract minimum of $2,500.00 including the option to extend services for a 6-month period beyond the end of the performance period. Rates for the six-month period will be requested on Schedule B of the request for proposal issued to successful firms. The basic IDIQ Period of Performance for this effort is expected to be 1 February 2019 through 31 January 2024 with an ultimate completion date of 31 July 2024 which takes into account the 6-Month Option to Extend Services clause. Separate performance periods will be established for each task order based on the magnitude of the individual scope, and the customer¿s requirements. The minimum order amount per task order is $5,000.00 and the maximum order amount per task order is $750,000.00. Approximately ninety (90) percent of the work will b
Kaiserslautern Installation Support Services (KISS)
The Government intends to award a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract in support of the Kaiserslautern Installation Support Services (KISS). This Request for Proposal (RFP) is being issued as Unrestricted using NAICS code 561210, Facilities Support Services. This is a competitive Highest Technically Rated Offerors (HTRO) source selection conducted in accordance with (IAW) Part 15.3 as supplemented. The KISS program is designed to provide 86th Civil Engineer Group (86 CEG) with total integrated solutions for a multitude of service-based requirements in the Kaiserslautern Military Community (KMC). The Contractor shall provide all management, supervision, labor, facilities, and materials necessary to perform each requirement solicited through the contract on a task order basis. RFP FA5613-25-R-0004 is the formal RFP associated with the previously published Draft RFP Notice ID. FA5613KISS_DRAFT_Request_For_Proposal, which was initially released to industry on 01 November 2024. All records related to the draft RFP, including amendments, RFI submittals, and responses, have been made available to the public through SAM. gov. The pertinent acquisition information is as follows: a) Contract Type: Indefinite-Delivery Indefinite Quantity (IDIQ). b) Period of Performance: The contract will consist of a ten-year ordering period. c) Number of Contracts: Award will be made to responsible Offerors with the scores that meet or exceed the minimum threshold for the specific domain. Offerors can be awarded some, none or all domains. Proposal Submission Due Date and Time: Consistent with Section L (Atch 3), proposals shall be submitted electronically via the Solicitation Module within the Procurement Integrated Enterprise Environment (PIEE)(https://piee. eb. mil/) IAW date and time stated in Block 9 of the Standard Form 33. Recommend submission of proposal prior to the closing date, to ensure entire proposal is received on time and considered for
Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials
This is a Pre-Solicitation Notice for Multimedia Environmental Compliance Services, with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials for the Naval Facilities Engineering Command (NAVFAC) Washington, DC Area of Responsibility (AOR) and US Territories. A sources sought notice (N40080-25-HAT) for this procurement was posted on 30 June 2025 and updated on 1 August 2025 on SAM, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms; Small Businesses, local U. S. Small Business Administration (SBA) certified service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), and economically disadvantaged women-owned small businesses (EDWOSB). As a result of the market research analysis, a determination was made to procure this as a Total Small Business Set-Aside pursuant to FAR 6.203 and FAR 19.502-2. The NAVFAC Washington small business office concurs with this decision. The proposed contract type is an Indefinite-Delivery/lndefinite Quantity (IDIQ) contract for environmental compliance services, executed through issuance of firm-fixed price task orders. It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation. The primary North American Industrial Classification System (NAICS) Code for this procurement is 541620 - Environmental Consulting Services. The Small Business Size Standard for this NAICS Code is $19 Million. Offerors will be required to provide a full range of multimedia environmental compliance services with an emphasis on: Fuel Storage Tanks and Spill, Air Quality and Clean Air Act, Hazardous Waste and Materials; and additionally, Stormwater, Drinking Water, Wastewater, Environmental Management System (EMS), Other Environmental Liabilities (OEL), Environmental Planning, Natural/Biological Resources, Cultural Resources, and Insta
SABER IDIQ
SABER IDIQ SOLICITATION NUMBER: FA486125R0003 DISCLOSURE OF MAGNITUDE: between $100,000,000 and $250,000,000 BONDING CAPABILITY: $40M COMPETITION INFORMATION: HUBZone Firms PROPOSAL DUE DATE: 26 November 2025@1430 CONTRACTING OFFICE: 99 CONS, Nellis AFB, NV 89191 CONTACT POINT: Corrine Lemon; corrine.lemon@us. af. mil;; Angela Mendoza; angela. mendoza.1@us. af. mil; The 99th Contracting Squadron is soliciting a Simplified Acquisition for Base Engineering Requirements (SABER) for Nellis Air Force Base, Creech Air Force Base Range 63, Point Bravo and Nellis Test And Training Range (NTTR). The SABER will be an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for design and/or construction projects that will be awarded via individual task orders. Paper copies will not be available. Base Notice: The following viewers will be needed to view the solicitation: Microsoft Word (. doc), Adobe Acrobat Reader (. pdf), and WinZip (. zip or . exe.). Task orders will provide a vehicle for execution of a broad range of projects, such as carpentry, road repair, roofing, excavation, interior/exterior electrical, steam fitting, HVAC, plumbing, sheet metal, fencing, demolition, fire protection, concrete, masonry, and other projects. In-house design capability or ready access to design capability is a must for projects including alteration and repair to existing infrastructure. Period of Performance and Magnitude: The maximum ceiling amount (potential price of all task orders issued to SABER Awardee) is $185M. The period of performance on the SABER program will be for five (5) years with each contract year being an ordering period. Individual task orders are estimated to be between $15,000 and $4,000,000 and will vary in size and complexity. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order. This will be a Competitive HUBZone Procurement limited to qualified/eligible HUBZone firms in the Small Bu
Floating Plant Vessel Repair IDIQ MATOC-PreSolicitation
W9123626RA001 United States Army Corps of Engineers (USACE) Norfolk District, Preventative Maintenance and Vessel Repair Services, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) PRE-SOLICITATION NOTICE The U. S. Army Corps of Engineers (USACE), Norfolk District will be issuing a solicitation for a Firm Fixed Price (FFP) 100% SMALL BUSINESS SET-ASIDE for Preventative Maintenance and Vessel Repair Services, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This acquisition will follow a streamlined source selection process in accordance with USACE Acquisition Instruction, Subpart 5115.3 Source Selection. The proposed contract will consist of a five (5) year base period and one (1) six (6) month option period, if exercised. The Government intends to make an award to each and all qualifying offerors. A qualifying offeror is defined as an offeror that (1) is determined to be a responsible source; (2) submits a technically acceptable proposal that conforms to the requirements of the solicitation; and (3) the Contracting Officer has no reason to believe would likely offer other than fair and reasonable pricing (FAR 2.101). In accordance with FAR 15.304(c)(1)(ii)(A), the Government will not include price as an evaluation factor in the source selection process. The Government will include price as an evaluation criterion at the task order selection level. The Firm-Fixed Price amount of $2,500.00 will be obligated at time of award to satisfy the minimum guarantee Task Order. The NAICS code applicable to this requirement is 336611 Ship Building and Repairing with a Small Business size standard of 1,300 employees. Statement of Government Requirements The Norfolk District Floating Plant provides hydrographic survey of deep and shallow draft navigation projects, marine debris removal, hazard to navigation response and marine construction work. The District Floating Plant is called upon s
Southwest Coastal Industry Day
U. S. Army Corps of Engineers, New Orleans District INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) MULTIPLE-AWARD TASK ORDER CONTRACTS (MATOC) FOR CONSTRUCTION IN SUPPORT OF THE SOUTHWEST COASTAL LOUISIANA COASTAL STORM RISK MANAGEMENT PROJECT AND OTHER USACE NONSTRUCTURAL STORM RISK MANAGEMENT PROJECTS IN THE STATE OF LOUISIANA Date: December 10, 2025 Time: 10:00 AM to 12:00 PM CST Location: 7400 Leake Ave., New Orleans, LA, 70118 (DARM A) Registration Deadline: 10:00 AM CST December 3, 2025 (see additional details below) The U. S. Army Corps of Engineers (USACE), New Orleans District , is excited to announce an Industry Day focused on a Design-Build Indefinite-Quantity Multiple Award Task Order Contract (IDIQ MATOC) with a total shared capacity not to exceed (NTE) $99M to meet the requirements of designing plans (to include preparing design documentation, undergoing USACE engineering review, and acquiring any required permits) for providing localized non-structural solutions in the form of structure elevations for residents and dry floodproofing for commercial buildings to support eligible properties in the Southwest Coastal Louisiana Nonstructural Coastal Storm Risk Management Project (SWCLA). These properties identified during feasibility are situated in the eligible lowest-lying floodplain. Of these properties, it is estimated 320 can be floodproofed under current funding availability. The remaining use of this MATOCs ordering capacity will be reliant upon future funding of SWCLA or similar projects in the region. Highlights of the Industry Day Include: Introduction: Mission Overview Project Details: Construction requirements of designing plans for localized non-structural solutions in the form of structure elevations for residents and dry floodproofing for commercial buildings to support eligible properties in the Southwest Coastal Louisiana Nonstructural Coastal Storm Risk Management Project (SWCLA). Design Build Process and Engineering Requirements
All Records
Notice of Opportunity (NOO) for ESPC at NASA Goddard Space Flight Center
NASA Goddard Space Flight Center is interested in pursuing an Energy Savings Performance Contract (ESPC) project at the Goddard Space Flight Center (GSFC) locat
IDIQ for Roofing in the PWD Pennsylvania AOR
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to make notice
Medium Caliber Non-Recurring Engineering (NRE)
The U. S. Army Contracting Command ? New Jersey (CCNJ), on behalf of the Program Manager for Maneuver Ammunition Systems (PM-MAS) which manages the production
Fort Johnson Horizontal MATOC HUBZone Pool
The United States Army Corps of Engineers (USACE) Fort Worth District has the following requirement: NOTE: THIS IS A PRESOLICITATION NOTICE, NOT A SOLICITATION.
Hydrographic IDIQ Request for Qualifications (SF330)
THIS IS TO CLARIFY THE RESPONSE DUE DATE IS SEPTEMBER 14, 2018, 1700 MT. THIS IS A NOTICE OF INTENT TO CONTRACT FOR ARCHITECT-ENGINEERING SERVICES, REQUEST FOR
Kaiserslautern Installation Support Services (KISS)
The Government intends to award a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract in support of the Kaiserslautern Installation Support S
Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials
This is a Pre-Solicitation Notice for Multimedia Environmental Compliance Services, with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materia
SABER IDIQ
SABER IDIQ SOLICITATION NUMBER: FA486125R0003 DISCLOSURE OF MAGNITUDE: between $100,000,000 and $250,000,000 BONDING CAPABILITY: $40M COMPETITION INFORMATION: H
Floating Plant Vessel Repair IDIQ MATOC-PreSolicitation
W9123626RA001 United States Army Corps of Engineers (USACE) Norfolk District, Preventative Maintenance and Vessel Repair Services, Indefinite Delivery Indefinit
Southwest Coastal Industry Day
U. S. Army Corps of Engineers, New Orleans District INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) MULTIPLE-AWARD TASK ORDER CONTRACTS (MATOC) FOR CONSTRUCT
Notice of Opportunity (NOO) for ESPC at NASA Goddard Space Flight Center
IDIQ for Roofing in the PWD Pennsylvania AOR
Medium Caliber Non-Recurring Engineering (NRE)
Fort Johnson Horizontal MATOC HUBZone Pool
Hydrographic IDIQ Request for Qualifications (SF330)
Kaiserslautern Installation Support Services (KISS)
Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials
SABER IDIQ
Floating Plant Vessel Repair IDIQ MATOC-PreSolicitation
Southwest Coastal Industry Day
Agriculture, Forestry, Fishing and Hunting
NAICS Sector 11 covers agriculture, forestry, fishing, and hunting industries. Federal contracting in this sector includes USDA programs, forest management services for the U.S. Forest Service and BLM, wildlife conservation projects, agricultural research grants, and food supply chain contracts for military commissaries and federal institutions.
Mining, Quarrying, and Oil and Gas Extraction
NAICS Sector 21 encompasses mining, quarrying, and oil and gas extraction. Federal contracting includes Department of Energy resource management, Strategic Petroleum Reserve operations, Bureau of Mines oversight, environmental remediation at former mining sites, and geological survey work for the USGS.
Utilities
NAICS Sector 22 covers electric power generation, natural gas distribution, water and sewage treatment. Federal contracting involves base utility services for military installations, renewable energy projects on federal lands, power purchase agreements, water treatment at VA hospitals, and smart grid modernization for federal facilities.
Construction
NAICS Sector 23 is one of the largest federal contracting sectors, covering building construction, heavy civil engineering, and specialty trades. The Army Corps of Engineers, Naval Facilities Engineering Command (NAVFAC), GSA, and VA are major buyers. Projects range from military base construction to federal building renovations, border wall infrastructure, and disaster recovery construction.
Manufacturing
NAICS Sectors 31-33 cover the full range of manufacturing and represent the largest federal contracting category by dollar value. Defense manufacturing dominates, including aircraft (Lockheed Martin, Boeing), ships (Huntington Ingalls, General Dynamics), vehicles, weapons systems, ammunition, and electronics. Non-defense manufacturing includes pharmaceutical production, medical devices, and specialized equipment.
Wholesale Trade
NAICS Sector 42 covers wholesale distribution of durable and nondurable goods. Federal contracting includes Defense Logistics Agency (DLA) supply chain operations, GSA wholesale distribution through the Global Supply program, medical and pharmaceutical distribution to VA and military health systems, and bulk fuel distribution to military installations worldwide.
Retail Trade
NAICS Sectors 44-45 cover retail establishments. While less common in traditional federal contracting, this sector appears in military exchange services (AAFES, NEX), commissary operations (DeCA), GSA retail supply programs, and government purchase card transactions for office supplies, tools, and equipment at the local level.
Transportation and Warehousing
NAICS Sectors 48-49 cover transportation services and warehousing. Federal contracting is substantial through USTRANSCOM military logistics, FAA air traffic management, TSA security services, USPS transportation contracts, military sealift operations, freight forwarding for overseas bases, and warehouse management at defense distribution centers.
Information
NAICS Sector 51 covers publishing, broadcasting, telecommunications, and data processing. Federal contracting includes IT infrastructure services, telecommunications for military and civilian agencies, cloud computing (FedRAMP), cybersecurity operations, software licensing, media production for Armed Forces Network, and government website development.
Finance and Insurance
NAICS Sector 52 covers financial services and insurance. Federal contracting includes Treasury Department financial management services, FDIC receivership operations, Federal Reserve support contracts, government-sponsored insurance programs (FEMA flood insurance, crop insurance), financial advisory services, and actuarial consulting for federal pension systems.
Real Estate and Rental and Leasing
NAICS Sector 53 covers real estate, rental, and leasing activities. Federal contracting includes GSA property management and leasing (the government's largest landlord), military housing privatization (Cadence, Lendlease), equipment leasing for agencies, property appraisal services, and facility management for thousands of federal buildings nationwide.
Professional, Scientific, and Technical Services
NAICS Sector 54 is the second-largest federal contracting sector by number of awards. It encompasses consulting, engineering, scientific research, IT services, legal services, and accounting. Major buyers include DoD, NASA, DOE, and HHS. This sector drives the bulk of government IT modernization, systems engineering, program management, and R&D contracts.
Management of Companies and Enterprises
NAICS Sector 55 covers holding companies and corporate management offices. While relatively uncommon in direct federal contracting, this sector appears in organizational management consulting, corporate governance advisory services, and management of federally-funded research centers (FFRDCs) like RAND, MITRE, and Aerospace Corporation.
Administrative and Support and Waste Management and Remediation Services
NAICS Sector 56 is a major federal contracting sector covering staffing services, facility support, security guard services, janitorial services, landscaping, and waste management. Environmental remediation at Superfund sites, military base cleanup (BRAC), and nuclear waste management at DOE sites represent billions in annual contracts.
Educational Services
NAICS Sector 61 covers educational institutions and training services. Federal contracting includes military training programs, professional development courses for federal employees, language training (Defense Language Institute), flight training, technical certification programs, and educational support services for DoD schools serving military families worldwide.
Health Care and Social Assistance
NAICS Sector 62 is a massive federal contracting sector driven by VA healthcare (the nation's largest integrated health system), military health system (TRICARE), NIH research, CDC public health programs, HHS social services, and Indian Health Service operations. Contracts span hospital management, medical staffing, pharmaceutical services, and community health programs.
Arts, Entertainment, and Recreation
NAICS Sector 71 covers arts, entertainment, and recreation. Federal contracting includes Morale, Welfare, and Recreation (MWR) programs for military installations, Smithsonian Institution operations, National Park Service concession management, military fitness center operations, and cultural preservation projects for historic federal properties.
Accommodation and Food Services
NAICS Sector 72 covers lodging and food service establishments. Federal contracting includes military dining facility operations, temporary lodging at installations, conference and event catering for agencies, food service at federal prisons (BOP), cafeteria operations in federal buildings, and per diem lodging contracts for government travelers.
Other Services (except Public Administration)
NAICS Sector 81 covers repair and maintenance services, personal care, religious organizations, and civic associations. Federal contracting includes vehicle and equipment repair for military fleets, HVAC maintenance at federal facilities, religious support services (chaplain contracts), and grant-funded civic organization programs.
Public Administration
NAICS Sector 92 covers government entities including executive, legislative, and judicial functions, public safety, regulation, and international affairs. While government agencies themselves operate under this sector, federal contracting includes support services for courts, legislative support (CRS, GAO), regulatory compliance consulting, and international development programs through USAID and the State Department.
About NAICS Sectors
The North American Industry Classification System (NAICS) is the standard used by federal statistical agencies to classify business establishments. Every federal contract and solicitation is tagged with a NAICS code, making it the primary way contractors find relevant opportunities in their industry.
The 20 two-digit NAICS sectors are further divided into subsectors (3-digit), industry groups (4-digit), industries (5-digit), and national industries (6-digit). Small business size standards are set at the 6-digit NAICS code level, determining whether a company qualifies as small for specific contract set-asides.