Skip to content
Department of Defense

Gunnery Weapons Training and TCCC Medical Training

Solicitation: N0017426Q1028
Notice ID: 1efbf4b098ad4f87b27b3c99522b4bce
TypeCombined Synopsis SolicitationNAICS 611430PSCU013Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateMDPostedFeb 23, 2026, 12:00 AM UTCDueMar 09, 2026, 12:00 PM UTCCloses in 14 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Mar 09, 2026. Industry: NAICS 611430 • PSC U013.

Market snapshot

Awarded-market signal for NAICS 611430 (last 12 months), benchmarked to sector 61.

12-month awarded value
$12,266,327
Sector total $108,385,036 • Share 11.3%
Live
Median
$700,000
P10–P90
$540,000$6,035,743
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
11.3%
share
Momentum (last 3 vs prior 3 buckets)
+100%($12,266,327)
Deal sizing
$700,000 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 MD
Live POP
Place of performance
Not listed
State: MD
Contracting office
Indian Head, MD • 20640-1533 USA

Point of Contact

Name
Marlene Ridgell
Email
francine.l.keys.civ@us.navy.mil
Phone
Not available
Name
Francine Keys
Email
francine.l.keys.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • NSWC INDIAN HEAD DIVISION
Contracting Office Address
Indian Head, MD
20640-1533 USA

More in NAICS 611430

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for: TRAINING. This solicitation will be Small Business Set-A-side. This announcement constitutes the only solicitation. Quotes are being requested under Request for Quotation (RFQ) no. N0017426Q1028. The NAICS code is 611430 and the business size standard is 15.0. The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2020-01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Evaluation Factors (in order of importance) 1. Technical - Quotes must reflect the required specifications included in the Statement of Work. 2. Price - Quotes must include all applicable costs. In order to submit a proposal.

NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025)

      (a)  Definitions.  As used in this provision, "controlled unclassified information (CUI)," "current," "Cybersecurity Maturity Model Certification (CMMC) status," "Cybersecurity Maturity Model Certification unique identifier (CMMC UID)," "Federal contract information (FCI)", and "plan of action and milestones" have the meaning given in the Defense Federal Acquisition Regulation Supplement 252.204-7021, Contractor Compliance With the Cybersecurity Maturity Model Certification Level Requirements, clause of this solicitation.

      (b)(1)  Cybersecurity Maturity Model Certification (CMMC) level.  The CMMC level required by this solicitation is: ____ [Contracting Officer insert: CMMC Level 1 (Self); CMMC Level 2 (Self); CMMC Level 2 (C3PAO); or CMMC Level 3 (DIBCAC)]. This CMMC level, or higher (see 32 CFR part 170), is required prior to award for each contractor information system that will process, store, or transmit Federal contract information (FCI) or controlled unclassified information (CUI) during performance of the contract.

              (2)  The Offeror will not be eligible for award of a contract, task order, or delivery order resulting from this solicitation if the Offeror does not have, for each of the contractor information systems that will process, store, or transmit FCI or CUI and that will be used in performance of a contract resulting from this solicitation-

                    (i)  The current CMMC status entered in the Supplier Performance Risk System (SPRS) (https://piee.eb.mil) at the CMMC level required by paragraph (b)(1) of this provision; and

                    (ii)  A current affirmation of continuous compliance with the security requirements identified at 32 CFR part 170 in SPRS.

      (c)  Plan of action and milestones.  If the Offeror has a CMMC Status of Conditional, the Offeror shall successfully close out a valid plan of action and milestones (32 CFR 170.21) to achieve a CMMC Status of Final.

      (d)  CMMC unique identifiers.  The Offeror shall provide, in the proposal, the CMMC unique identifier(s) (CMMC UIDs) issued by SPRS for each contractor information system that will process, store, or transmit FCI or CUI during performance of a contract, task order, or delivery order resulting from this solicitation. The Offeror also shall update the list when new CMMC UIDs are generated in SPRS. The CMMC UIDs are provided in SPRS after the Offeror enters the results of self-assessment(s) for each such information system.

(End of provision)

If interested, need to be requested by contractor prior to submission date. ITAR certification is required to be provided prior to technical release. This requests must be made via email to Fancine.l.keys.civ@us.navy.mil, and marlene.l.ridgell.civ@us.navy.mil  by 9 MARCH 2026, 12:00 AM EST.

Questions/clarification regarding this solicitation must be submitted via email to Francine.l.keys.civ@us.navy.mil, and marlene.l.ridgell.civ@us.navy.mil  by 9 MARCH 2026,  12:00 AM EST. All responses will be provide COB Monday , 9 March 2026.

Quote packages are due by 9 March 2026, 12:00 AM EST. late quotes will not be considered. Quote packages shall be sent to francine.l.keys.civ@us.navy.mill  and marlene.l.ridgell.civ@us.navy.mil and contain a cover sheet that provides the following information:

1. Official Company Name;

2. Point of contact including name and phone number; and

3. DUNS number and Cage Code.

The Points of Contact for this acquisition is

  1. Francine Keys, at Francine.l.keys.civ@us.navy.mil
  2. Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil  

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.