Skip to content
Department of Defense

Subsurface Data Relay and Iridium GPS Recovery Beacon

Solicitation: N0017326Q5806
Notice ID: 115240f363654f94ace00e34239b3a35
TypeSpecial NoticeNAICS 335314PSC5945Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateDCPostedFeb 13, 2026, 12:00 AM UTCDueFeb 18, 2026, 04:00 PM UTCExpired

Special Notice from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Feb 18, 2026. Industry: NAICS 335314 • PSC 5945.

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: N0017326Q5806. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 335314 (last 12 months), benchmarked to sector 33.

12-month awarded value
$20,327,046
Sector total $51,923,358,306 • Share 0.0%
Live
Median
$81,019
P10–P90
$37,283$350,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+58%($4,583,962)
Deal sizing
$81,019 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 DC
Live POP
Place of performance
Washington, District of Columbia • 20375 United States
State: DC
Contracting office
Washington, DC • 20375-5328 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Yina Brooks
Email
yina.brooks.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
ONR
Office
ONR NRL • NAVAL RESEARCH LABORATORY
Contracting Office Address
Washington, DC
20375-5328 USA

More in NAICS 335314

Description

This Notice of Intent is not a request for competitive proposals.  This is not a solicitation or request for offers.  No solicitation package is available and email requests will not be honored.  Only one responsible source and no other supplies or services will satisfy agency requirements.

The Naval Research Laboratory (NRL) intends to award a sole source purchase order to SATLINK SL of Alcobendas, Madrid SPAIN to furnish: Subsurface Data Relays (NEMO X- 8 PIN; QTY: 7); Subsurface Iridium GPS Recovery Beacon (APOLLO X7; QTY: 7)


The North American Industry Classification System Code (NAICS) for this requirement is 335314 with the size standard of 750 # of employees. The Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 5945.

This purchase will be made utilizing Simplified Acquisition Procedures in accordance with:

  • Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $350,000.00.

Interested parties may identify their interests and capability to respond to this requirement in accordance with the posted opening and closing dates.  Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.   Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement.  A determination by the Government not to compete this proposed purchase order based upon response to this notice is solely within the discretion of the Government.  No reimbursement for any cost connected with providing capability information will be provided.

Please reference this Notice of Intent number, N0017326Q5806 on your correspondence and in the “Subject” line of your email.    

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.

Updated: Feb 15, 2026
Client-ready brief
Executive summary
high confidencegpt 5.2

The Naval Research Laboratory (DEPT OF THE NAVY) posted a Special Notice/Notice of Intent (Solicitation No. N0017326Q5806) stating it plans a sole-source purchase order to SATLINK SL (Alcobendas, Madrid, Spain). The requirement is to furnish 7 Subsurface Data Relays (NEMO X- 8 PIN) and 7 Subsurface Iridium GPS Recovery Beacons (APOLLO X7). The notice is explicitly not a solicitation and says no solicitation package is available; the Government will only consider responses as capability information to decide whether to compete. Any capability response must provide “clear and convincing evidence” that competition would be advantageous, and is due by 2026-02-18 16:00 UTC.

N0017326Q5806Naval Research LaboratoryNRLNotice of Intentsole sourceFAR 13.106-1(b)Simplified Acquisition ProceduresSubsurface Data Relay
What the buyer is trying to do

NRL intends to execute a simplified-acquisition (FAR 13.106-1(b)) sole-source buy under the SAT threshold (stated as $350,000) for specific SATLINK products: NEMO X- 8 PIN subsurface data relays (qty 7) and APOLLO X7 subsurface Iridium GPS recovery beacons (qty 7). The buyer is leaving a narrow lane for other sources to submit capability information that credibly demonstrates an ability to satisfy the same agency requirement and that competing the requirement would benefit the Government.

Who should pursue this
  • OEM/OEM-authorized sellers or integrators who can supply the exact items identified (NEMO X- 8 PIN and APOLLO X7) in the stated quantities (7 and 7) and can document availability and delivery capability.
  • Firms with demonstrable technical equivalency and strong substantiation (e.g., product literature, prior government use, test data) showing their alternative supplies will satisfy NRL’s requirement, and who can articulate why a competitive procurement would benefit the Government (e.g., reduced cost, improved lead time, reduced risk).
Work breakdown
  • Provide 7 each Subsurface Data Relays (NEMO X- 8 PIN).
  • Provide 7 each Subsurface Iridium GPS Recovery Beacons (APOLLO X7).
  • Prepare and submit capability/interest correspondence referencing Notice of Intent number N0017326Q5806 (and include it in the email subject line) by 2026-02-18 16:00 UTC, with clear and convincing evidence that competition would be advantageous to the Government.
Response package checklist
  • Email/correspondence that references N0017326Q5806 and includes that number in the email subject line (as instructed).
  • A concise capabilities statement tied to the specific supplies listed: Subsurface Data Relays (NEMO X- 8 PIN; qty 7) and Subsurface Iridium GPS Recovery Beacon (APOLLO X7; qty 7).
  • “Clear and convincing evidence” supporting why competition would be advantageous to the Government (e.g., documented pricing advantage, proven lead-time advantage, reduced supply-chain risk, demonstrated performance history).
  • Product documentation (datasheets/technical specs) for the offered item(s) and evidence they satisfy the agency requirement the notice describes (subsurface data relay; Iridium GPS recovery beacon).
  • Evidence of ability to deliver required quantities (7 + 7) within buyer needs (if you know/ can substantiate lead times).
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
Compliance notes
  • This is a Notice of Intent/Special Notice and explicitly “not a request for competitive proposals,” “not a solicitation,” and “no solicitation package is available.”
  • Procurement is stated to be under FAR Part 13.106-1(b) (Simplified Acquisition Procedures) and not exceeding the simplified acquisition threshold referenced as $350,000.00.
  • NAICS is 335314 (size standard stated as 750 employees) and PSC is 5945 (as listed in the notice).
  • Responses are considered only to determine whether to conduct a competitive procurement; the Government’s decision not to compete is solely within its discretion.
  • No reimbursement will be provided for any costs to prepare capability information.
Pricing strategy
  • Because the Government is signaling sole source to SATLINK SL, any alternative-source response should quantify a defensible Government advantage (e.g., total evaluated price reduction, reduced lead time) rather than just offering “competitive pricing.”
  • If you can supply the exact items, demonstrate price reasonableness (e.g., recent sales history for the same part numbers) and present a simple, low-friction buy (items, quantities, unit pricing, delivery terms) consistent with a simplified purchase order.
Teaming and subs
  • If you are not the OEM, consider partnering with an OEM-authorized distributor/reseller for SATLINK products to credibly demonstrate you can furnish NEMO X- 8 PIN and APOLLO X7.
  • If proposing an alternative product (not the named items), consider teaming with a lab/test partner to provide substantiated performance/fit evidence for the subsurface data relay and Iridium GPS recovery beacon functions.
Risks and watchouts
  • The notice is framed as “only one responsible source,” so the bar for displacing sole source is high; unsupported claims are unlikely to change NRL’s decision.
  • Very short response window (posted 2026-02-13; deadline 2026-02-18 16:00 UTC) increases the risk of incomplete substantiation.
  • The notice gives product identifiers and quantities but does not provide performance requirements or acceptance criteria; without strong evidence of equivalency, alternative solutions may be dismissed.
  • Email requests for a solicitation package will not be honored, so focus communications strictly on capability evidence and the “advantageous competition” argument.
Smart questions to ask
  • Where should capability statements be emailed/submitted (the notice instructs to use N0017326Q5806 in the subject line, but does not provide a recipient address in the provided brief)?
  • Is NRL requiring the exact SATLINK part numbers (NEMO X- 8 PIN and APOLLO X7), or will functionally equivalent subsurface data relays and Iridium GPS recovery beacons be considered?
  • What delivery/lead-time requirement is driving the buy, and is there urgency or schedule dependency for the 7+7 units?
  • Are there any required accessories, programming/configuration, warranties, or spares associated with NEMO X- 8 PIN and APOLLO X7 that must be included?
  • What is the intended operating environment and performance expectations (e.g., depth rating, battery life, Iridium message cadence, data relay interfaces) to assess equivalency?
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Submission email/address or point of contact for capability responses
  • Technical/performance requirements and acceptance criteria beyond the named product models
  • Required delivery date/lead time and shipping destination/place of performance
  • Whether only the exact SATLINK models are acceptable or if equivalents will be considered
  • Any required accessories, configuration, training, spares, or warranty terms

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.