Skip to content
Department of Defense

Parachute Loft and Boat Locker Support Services

Solicitation: M67001ZZ0004
Notice ID: 22cd1f6b45c4412d9a4593d3ec37b55e
TypeSources SoughtNAICS 561210PSCU099Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateNCPostedFeb 20, 2026, 12:00 AM UTCDueMar 02, 2026, 08:00 PM UTCCloses in 8 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Mar 02, 2026. Industry: NAICS 561210 • PSC U099.

Market snapshot

Awarded-market signal for NAICS 561210 (last 12 months), benchmarked to sector 56.

12-month awarded value
$545,328,315
Sector total $921,599,318 • Share 59.2%
Live
Median
$500,000
P10–P90
$137,622$11,328,016
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
59.2%
share
Momentum (last 3 vs prior 3 buckets)
+108866%($544,328,315)
Deal sizing
$500,000 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 NC
Live POP
Place of performance
Camp Lejeune, North Carolina • 28547 United States
State: NC
Contracting office
Camp Lejeune, NC • 28542-0004 USA

Point of Contact

Name
John Reese
Email
john.reese@usmc.mil
Phone
9104505404
Name
Waymon Gardner
Email
waymon.gardner@usmc.mil
Phone
9104511535

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
USMC
Office
MARCORP I&L • MARINE CORPS INSTALLATIONS COMMAND • MCIEAST • COMMANDING GENERAL
Contracting Office Address
Camp Lejeune, NC
28542-0004 USA

More in NAICS 561210

Description

MCIEAST Regional Contracting Office seeks qualified vendors to provide non-personal support services in the areas of parachute/airborne operations, and boating operation for, 2D Reconnaissance Battalion, MCB Camp Lejeune, NC, to execute the unit’s mission in accordance with the draft Performance Work Statement provided.

This is a Request for Information (RFI)/Sources Sought only. There is no solicitation available currently. The RFI is issued for the sole purpose of conducting Market Research in accordance with Federal Acquisition Regulation (FAR) Part 10. This will be a Firm-Fixed Price contract. The intended contract shall be for a 12-month base period with two (2) additional 12-month option periods. The submission of information is for planning purposes only and is not to be construed as a commitment by the Government to procure any items or services. A draft of the Performance Work Statement (PWS) is attached.

The information provided will not be returned, and no compensation will be provided for any response to this announcement. Proprietary information and trade secrets, if any, must be clearly marked. All information received that is marked Proprietary will be handled accordingly.

The applicable North American Industry Classification System (NAICS) code is 561210 – Facilities Support Services, which has a small business size standard of $47 million in average annual receipts.

Potential vendors must have an active registration in the System for Award Management (SAM) to be eligible for award, as well as have NAICS 561210 identified in their SAM profile.

Interested firms are requested to respond to this notice and include the following in their response:

  1. Company name, address, point of contact name, phone number, and email address.
  2. CAGE code; CAGE must be registered in SAM (https://www.sam.gov).
  3. Business size under NAICS 561210.
  4. If the size standard is small, indicate if your business is a certified Section 8(a) Business Development, HUBZone, Service-Disabled Veteran Owned Small Business, and/or Woman Owned Small Business.
  5. Are the services available under a GSA/FSS contract? If so, please provide your GSA schedule number.
  6. Have these services been acquired by any government agencies? If so, please provide names of agencies, points of contact, and contract number(s).
  7. Include any other supporting documents; statements of qualification should not exceed five (5) pages.

The Government reserves the right to set this acquisition aside for Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, Woman-Owned Small Business, or Small Disadvantaged Business firms based on the responses it receives.

Responses to this RFI shall be emailed to john.reese@usmc.mil.

Responses must be received no later than 02 March 2026 at 3:00 PM EST.

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.