- 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
EAGLE EPS and LSAR S1000D
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: 85747. Response deadline: Mar 02, 2026. Industry: NAICS 513210 • PSC DA10.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 513210
Description
The Commander Fleet Readiness Centers (COMFRC) requires the full-service maintenance and customer service support for EAGLE EPS and LSAR S1000D publishing software in support of production, editing, conversion, maintenance and publishing NAVAIR Technical Manuals supporting the Fleet, Fleet Readiness Center and other maintenance activities. Raytheon Company is the only known source of the requirement as the Original Equipment Manufacturer (OEM) and developer of EAGLE EPS and LSAR S1000D software and as the sole supplier for United States customers. Raytheon possesses the requisite knowledge and expertise required to satisfy the Governments minimum requirements in an expeditious manner, without impacting cost or schedule. This solicitation is issued as a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government intends to purchase the requirements described in this notice on a firm fixed ?price basis and under the authority of FAR Part 12 and Part 13. Offerors must be registered in the System for Award Management (SAM) database prior to submission of an offer to be considered for award of any DoD contract. Offerors must demonstrate that they are an authorized reseller of the supplies and services required in the Statement of Work found in the attached RFQ. Please provide the following information with your response:1. Unit price per line item as shown in the RFQ attachment2. Vendor contact name, phone number and email address3. Unique Entity ID Number (UEI)4. Cage Code5. Business size under applicable NAICS6. GSA or SEWP #, if applicable7. Published Price List All quotes that conform to the solicited requirements and received via email in response to this combined synopsis/solicitation are the vendors sole responsibility and are not reimbursable by the Government. A quotation does not constitute an award, therefore, an obligation to your company is not official until you receive a purchase order.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.