- 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
DNA Warehousing Support
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 07, 2026. Industry: NAICS 493110 • PSC R706.
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 493110 (last 12 months), benchmarked to sector 49.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 30 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 493110
Description
Subject: DNA Warehousing Support _____________________________________________________________________
Type of Action:
Request for Information
The purpose of this requirement is to provide support to the Naval Surface Warfare Center Dam Neck Activity (NSWCDD DNA) Property Management Division Code 107, which is responsible for oversight of policy and compliance in the areas of Operating Materials & Supplies (OM&S), Plant Property & Equipment (PP&E)/Asset Management (AM), and Purchase Requisitions (PR). Support under this contract will include the following:
- Technical, project, analytical, program, and supply chain management support of policy and compliance in the areas of OM&S, Plant PP&E and AM.
- All OM&S and PP&E/AM management functions including policy development, financial and physical accountability, training, performance monitoring, and process improvements
- Warehousing and delivery of materials and equipment.
This is a new requirement.
Responses to this RFI should include as much detailed information as possible.
There are no limitations on what a response should include, but should have at a minimum:
Company Name and Address
Point of Contact (to include phone/email)
Cage Code
Capability Statement
NSWCDD DNA requests offerors’ responses NO LATER THAN 12:00 PM EST 07 April 2026. Submissions will be accepted after this date but feedback may not be as timely or contribute to NSWCDD DNA’s strategic planning. All communications with industry must be coordinated through the cognizant Contract Specialist, via e-mail at curtis.d.taylor2.civ@us.navy.mil.
At no cost to the Government, responding vendors/offerors may continue dialogue via this market survey through the Contract Specialist after the initial response is provided.
Eligible partners who may respond this this synopsis include companies, public and private foundations, non-profit organizations (including universities) and state or local government organizations.
Extended Description:
This synopsis is being posted to the SAM.GOV page located at https://sam.gov.
This is a Request for Information (RFI) by NSWCDD DNA. This Request for Information is published in accordance with FAR 15.201(e) and is for PLANNING PURPOSES ONLY. It does not constitute a Request for Proposal (RFP) or a commitment by the U.S. Government, nor should it be construed as such. Respondents are advised that NSWCDD DNA is under no obligation to acknowledge receipt of information received or provide feedback to respondents with respect to any information submitted under this RFI. There shall be no basis for claims against the Government as a result of any information submitted in response to this RFI. The Government does not intend to award a contract on the basis of this RFI or reimburse RFI preparation costs incurred by any offeror when providing the information requested under this notice. If a solicitation is released at a future date, it will be synopsized on the SAM.GOV website.
It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement.
This notice of intent is NOT a request for competitive proposals, as the Government intends this for planning purposes only. The Government will not pay for any information received. Phone call responses will not be accepted.
Information received shall be treated as Business Sensitive and will not be shared outside Government activities and agencies without permission of the provider.
All responses should be unclassified. Information and materials submitted in response to this request will NOT be returned.
If responses contain proprietary data, it shall be marked appropriately. It is the respondent’s responsibility to clearly define to the Government what is considered proprietary data.
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.