Skip to content
Department of Defense

Blanket Purchase Agreement of Laboratory Analyses Services for Worldwide Support

Solicitation: N3943026Q1002
Notice ID: 135749393a374db19fa7c7cd7c0eda44
TypeCombined Synopsis SolicitationNAICS 541380PSCB510Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateCAPostedMar 31, 2026, 12:00 AM UTCDueApr 30, 2026, 09:30 PM UTCCloses in 22 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Apr 30, 2026. Industry: NAICS 541380 • PSC B510.

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: N3943026Q1002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.

12-month awarded value
$675,448,406
Sector total $5,891,976,226,424 • Share 0.0%
Live
Median
$176,515
P10–P90
$32,313$415,381
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)
-87%(-$522,315,850)
Deal sizing
$176,515 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 CA
Live POP
Place of performance
Port Hueneme CBC Base, California • 93043 United States
State: CA
Contracting office
Port Hueneme, CA • 93043-4301 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
CA20260007 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
+247 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 247 more rate previews.
Davis-BaconBest fitstate match
CA20260007 (Rev 3)
Open WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
Rate
handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) AREA 1
Base $35.31Fringe $12.75
+246 more occupation rates in this WD
Davis-Baconstate match
CA20260026 (Rev 2)
Open WD
Published Jan 23, 2026California • San Bernardino
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+129 more occupation rates in this WD
Davis-Baconstate match
CA20260012 (Rev 2)
Open WD
Published Jan 23, 2026California • San Luis Obispo
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+128 more occupation rates in this WD
Davis-Baconstate match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD

Point of Contact

Name
Ryan J. Kenniff
Email
ryan.j.kenniff.civ@us.navy.mil
Phone
6197054260
Name
Nicole M. Mendes
Email
nicole.m.mendes2.civ@us.navy.mil
Phone
8058955260

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVFAC
Office
EXPEDITIONARY WARFARE CENTER • NAVFAC SYSTEMS AND EXP WARFARE CTR
Contracting Office Address
Port Hueneme, CA
93043-4301 USA

More in NAICS 541380

Description

AMENDMENT 0002: this combined synopsis / solicitation has been amended, and the Small Business set-aside category has been broadened in order to promote more robust competition for these requirements, where the Government still intends to award multiple agreements for the requirement (as denoted in the attachment). Additionally, the ELIN attachment (Lab Services) have been updated, with a reduction in line items, as well to improve competition. As a result, any offeror that has previously submitted quotes for consideration will have to provide a new ELIN quote submittal, but are still elible for award consideration. At this time, the original proposal due date has been extended to April 30, 2026; were the Contracting Officer to issue any further amendments to the proposal information, they will be posted to this same public record for widest and most-timely distribution. 

AMENDMENT 0001: responses to RFI have been posted to close the RFI event, and historical data for informational purposes has been posted as well.

This is 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 (attachments). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The requiring activity has determined that establishment of Blanket Purchase Agreements (BPA) is both appropriate and would be advantageous, and as a result quotes are being sought for the establishment of long-term agreements as a result. Interested vendors shall prepare to furnish laboratory analyses services and associated laboratory supplies, if and when requested by the Contracting Officer (or the authorized Representative of the Contracting Officer) anticipated as (but limited to) five one-year periods starting in 2026.

Attached to this advertisement are pre-award evaluation procedures, proposal requirements for responsiveness and responsibility determinations, and a full set of objectives and standards for future ordering and performance. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and pricing quotes for evaluation by the Government; details of submittal and evaluation are listed at provisions 52.212-1 and 52.212-2, respectively. Additionally, please make note of the mandatory format for quoting pricing of laboratory analyses services and directly-associated laboratory supplies. Note: copies of NAVFAC Past Performance Questionnaire (PPQ) forms have been newly posted in the attachments as of December 29, 2025; in accordance with Federal regulations, the Government's preferred source of past performance are records at CPARS.gov (see FAR Subpart 42.15), but these PPQ forms may be used for state, municipal, and/or private sector projects that are appropriate as past performance.

The Government may award an agreement to up to three (3) Contractors, at the Government's discretion and convenience. The Government will give fair consideration to all awardees in placing orders based on criteria stated in the solicitation.  

This will be a new procurement. It does not directly replace an existing contract. No prior contract information exists. UPDATED: The Government will only accept offers from Small Business concerns, but please be advised that there are also strict accreditation requirements (e.g. NELAP) to be considered as a responsible vendor. Interested, eligible Small Business concerns should, as early as possible but not later than 15 days of this notice, indicate interest in the acquisition by providing to the contracting office above evidence of capability to perform and a positive statement of eligibility as a small business concern. Competition between eligible vendors will be conducted to ensure best value selection, under Simplified Acquisition Procedures (ref: FAR Subpart 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services). As sufficient interest was not received from WOSB concerns, the solicitation has been amended to a wider Small Business set-aside to ensure the requirements are fulfilled. [i.e. Amendment 0002]

The due date for formal proposals and quotes is listed at the SAM.gov record of this combined synopsis/solicitation, is subject to change, and changes will also be posted dutifully to the SAM.gov record for public distribution. UPDATE: the RFI event has closed for participation, and responses to questions, as well as historical data from the Government's records, have been posted as Attachment JL-1 to the combined synopsis/solicitation for informational purposes. 

A commercial determination has been found, applicable to the Performance Work Statement (PWS) for laboratory analyses services, and so the use of provisions and clauses at FAR 12.301(b)(1-4) is applied; vendors must download attachments.

Performance of laboratory services is intended to take place at the offeror’s facilities. For administrative convenience, the contracting command’s zip code will be utilized (93043).

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.