Navigate the lattice: hubs for browsing, trends for pricing signals.
This is a Sources Sought notice to determine the availability of potential sources for a tentative
requirement to Six (6) each: Self-contained walk-in refrigerated box (electric) for acceptable space for
food and medicine storage. Additional detailed information is provided on the attached draft Performance Work Statement (PWS). As part of its market research, Naval Sea Systems Command (NAVSEA), Norfolk Naval Shipbuilding is issuing this Sources Sought notice to determine if there exists an adequate number of qualified interested businesses capable of fulfilling this requirement as further described in the Draft PWS. The Government may use the responses to this notice for information and
planning purposes. The Draft PWS describes only the currently contemplated possible scope of services and may vary from
the scope of work in a final PWS included in any Request for Quotations (RFQ).
A Firm Fixed Price (FFP) requirements contract is anticipated. Period of performance will be May 12 2026
– 26 March 2027. (Allow for change of date. Start time may change due to ship’s schedule.) Contract shall include the option to extend the contract for up to two (2) each six (6) month periods in one (1) month increments. Rental extensions may terminate the rental of one or more units based on use by NNSY. This charge will be prorated.
NAICS Code for this requirement is 532210- Consumer Electronics and Appliances Rental.
PSC Code: W041
Offerors possessing the requisite skills, resources and capabilities necessary to perform the stated
requirement are invited to respond to this source sought notice via the submission of an executive
summary, no more than five (3) pages in length. Responses must use twelve point Times New Roman
font. In your response provide a brief description of the capability, resources, technical competencies and organizational experience relative to the key task areas. Standard brochures and/or paraphrasing of the Draft PWS will not be considered sufficient to demonstrate the capabilities of an interested party.
The submission should include the following information: 1) company name, address, and point of
contact with corresponding phone number and e-mail address; 2) DUNS number, business size and
classification; and 3) relevant corporate experience information. Relevant corporate experience
information is defined as experience (within the past five years) that is of the same or similar services to
that which is described herein and a technical description of ability to meet the requirement (2 references). The corporate experience should include the applicable contract number, contract period of performance, a brief description of the services provided, and the relevancy of the services to the proposed requirement.
A customer point of contact with corresponding telephone number and e-mail address should also be
included.
This Sources Sought notice is only for the purpose of identifying potential sources as part of NAVSEA
market research. No RFQ exists; therefore, do not request a copy of the RFQ. Please restrict all responses to non-proprietary information. Responses to the notice will not be returned. Responders are solely responsible for all expenses associated with responding to this notice. NAVSEA will not pay for information received in response to this notice. There is no commitment by the Government to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry responses to the Sources Sought notice. Do not submit pricing information in response to this RFI.
All submissions are required to be submitted via email to theresa.m.clark@navy.mil no later than 11:00
am (EST) on 9 February 2026.
Please direct any questions concerning this RFI to Ms. Theresa Clark at theresa.m.clark@navy.mil and
rebekah.r.riggins.civ@us.navy.mil .
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.