Skip to content
Department of Defense

USS ST LOUIS (LCS 19) | USS DONALD COOK (DDG 75) FY27 Docking Selected Restricted Availabilities (DSRA) Request for Proposals

Solicitation: N0002426R4405
Notice ID: 24f80c23c3ff41f49535975f85944d79
TypeSolicitationNAICS 336611PSCJ998DepartmentDepartment of DefenseAgencyDept Of The NavyPostedMar 23, 2026, 12:00 AM UTCDueApr 08, 2026, 07:00 PM UTCCloses in 16 days

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: {"streetAddress":"","zip":""}. Response deadline: Apr 08, 2026. Industry: NAICS 336611 • PSC J998.

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: N0002426R4405. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$29,322,031,289
Sector total $43,117,051,027 • Share 68.0%
Live
Median
$650,015
P10–P90
$37,699$114,021,616
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
68.0%
share
Momentum (last 3 vs prior 3 buckets)
+663%($22,526,367,448)
Deal sizing
$650,015 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 →
Live POP
Place of performance
{"streetAddress":"","zip":""}
Contracting office
Washington Navy Yard, DC • 20376-5000 USA

Applicable Wage Determinations

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

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Alicia Vesey
Email
alicia.m.vesey.civ@us.navy.mil
Phone
(202) 781-4909

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA HQ • NAVSEA HQ
Contracting Office Address
Washington Navy Yard, DC
20376-5000 USA

More in NAICS 336611

Description

Naval Sea Systems Command (NAVSEA) issues amendment N00024-26-R-4405 A0004 for the execution of the USS ST LOUIS (LCS 19) and USS DONALD COOK (DDG 75), fiscal year 2027 (FY27) Docking Selected Restricted Availabilities (DSRAs). These availabilities include a combination of maintenance, modernization, and repair, and will require a highly capable contractor with substantial facilities, to include capable pier and drydock (for the applicable ship class) as well as human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair and modernization. These availabilities are solicited on a coast-wide basis on the East Coast under a single solicitation. The Government anticipates the award of two (2) separate Firm-Fixed-Price contracts. This solicitation is issued electronically via PIEE and interested offerors should monitor PIEE and SAM.gov for any applicable solicitation amendments, thereafter. This posting does not include all relevant attachments. Potential offerors will need to request access to the attachments by providing a written request to the Contract Specialist, Alicia Vesey, at alicia.m.vesey.civ@us.navy.mil and the Contracting Officer, Brian Romano, at brian.c.romano.civ@us.navy.mil. Include your company SAM UEI number with the request so contractor status can be confirmed in the System for Award Management. These attachments will be transmitted via DoD SAFE. To receive access to Attachment J-2 (Work Item Plans, Drawings and Other References}, including references that contain limiting distribution statements, provide a written request to the Southeast Regional Maintenance Center (SERMC) Technical Librarian, Dwight Beeman at Dwight.l.beeman.civ@us.navy.mil with a copy to the Contract Specialist and the Contracting Officer listed above. Include your company SAM UEI number with the request so that contractor status can be confirmed in the System for Award Management. Amendment 0001: Remove the Non-prorated WIs reference on CLINs 0004 and 1005; adjust the direct labor hours and materials cost in Section B, Note A; add a missing Fill-In designation in Section B, Note D; correct the number of occurrences referenced in Section B, Note E; update COPA references in Section C.1.13.2 and C.1.14 to reflect a 3 business day requirement; issue Erratas 1 and 2 for Attachment J-1A; and incorporate updated copies of J-3A, J-4A, and J-3B. Amendment 0002: Update the DPAS code on the SF 30 cover page; adjust the direct labor hours and materials cost in Section B, Note A; issue Errata 3 for Attachment J-1A and Errata 1 for Attachment J-1B; update delivery dates for CLINs 0001-0040 to 04 October 2027 and for CLINs 1001-1108 to 17 April 2028; and incorporate updated copies of J-3A, J-3B, J-4A, and J-9A. Amendment 0003: Update paragraphs 1 and 9 in Section B, Note A; correct the cost and occurrences in Section B, Note E, paragraph 9.B.a to match changes made in A0001; update the reference in Section C, paragraph 7.4.1 to reflect paragraph 7.2.1; update USS ST LOUIS pierside availability dates in Section L.III.A.2; issue Erratas 4 and 5 for Attachment J-1A; and incorporate updated copies of J-3A, J-4A, J-9A, and J-10A. Amendment 0004: Issue Errata 6 for Attachment J-1A and Errata 2 for Attachment J-1B; incorporate updated copies of J-3A, J-8A, and J-10A; and provide responses to Gate 4 Pre-Proposal Information (PPI) bidders questions. Amendment 0005: Update the labor hours and material cost in Section B, Note A, paragraph 1b; issue Errata 7 for Attachment J-1A and Erratas 3 and 4 for Attachment J-1B; incorporate updated copies of J-3B, J-4B, and J-8B; update Section L.II.A.1 to extend the proposal due date to 08 April 2026 at 2:00PM; update the end date for USS DONALD COOK and USS ST LOUIS ship checks (Section L.III.A.1-2) to 08 April 2026; provide 4720s for LCS-15 (OTH Ship Alt) and LCS-19; and provide responses to post-Gate 4 Pre-Proposal Information (PPI) bidders questions.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.