- 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
NAVSTA Rota Fuels Oil & Lubrication Testing Equipment Calibration
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: Rota • 11530 Spain. Response deadline: Mar 13, 2026. Industry: NAICS 811210 • PSC J066.
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 811210 (last 12 months), benchmarked to sector 81.
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.
Point of Contact
Agency & Office
More in NAICS 811210
Description
NAVSUP Fleet Logistics Center, Sigonella – Rota (FLCSI) is conducting a market survey (MS) to identify interested and capable businesses, stimulate industry awareness and, gain feedback to improve the acquisition environment/process. Firms possessing the capabilities to perform the tasking described in the attached Performance Work Statement (PWS) and information below are encouraged to respond.
This is not a solicitation announcement. This notice is for planning purposes only and is not to be construed as a commitment by the Government. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this notice is strictly voluntary. The Government will not award any contract based on the information received from this notice. The government will utilize information received from this notice to assist in acquisition planning and identifying small businesses’ capabilities. Specifically, the government seeks to understand whether the required services are available from more than a single source.
- DESCRIPTION OF REQUIREMENT:
- The contractor will be tasked to accomplish the work as specified in Attachment 1, Statement Of Work. This work includes the annual maintenance and calibration of (8) different fuel testing assets by the following manufacturers: Precision Analyzer Company (PAC), Seta Analytics, Cannon Instrument Company and ISL. The SOW includes a table of the specific items to be serviced.
- The Government anticipates this effort to be a Firm Fixed Price type contract with a one-year base period and (4) additional one-year option periods where services are required once annually per asset. The government anticipates offering a single award. This is a follow on requirement for Naval Station Rota fuels department, contract number N6817122P6063 and the incumbent contractor is Instrumentacion Analitica.
- The applicable North American Industry Classification System (NAICS) code is 811210 with a small business size standard of $34M
- SUBMISSION:
- Interested parties should provide a Capability Statement (no more than 3 pages). Illustrations such as tables, flowcharts, organizational charts, process charts or other similar type informational charts may be used, and they will be counted against the page count limitations. Electronic responses (i.e. email) are preferred and telephonic request for information will not be honored. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. No request for capability briefings will be honored as a result of this notice. Responses that do not conform to the MS instructions may not be considered by the Government. Standard company brochures will not be reviewed.
- Responses and any questions to this MS shall be submitted to Melissa.e.ferri.civ@us.navy.mil Use reference No N68171-26-R-T004 when responding to this MS.
-
- The closing date for this MS is: 13 MAR 2026
- The closing time for this MS is: 10:00am Local Rota Time
- The deadline for submission of questions is 12 MAR . Note: Questions submitted after the specified date may not receive responses.
- Responses shall include all of the information required under Section 1, Corporate Description, and Section 2, Ability to Perform, below:
Section 1: Corporate Description
-
- Name of firm (prime)
- State the respondent’s size status and whether the respondent is registered in the applicable NAICS code listed above (for SSE(s) list the NAICS Code and size status for the NAICS code the prime contractor assigned to the effort the subcontractor will perform)
- Ownership (include SSE(s) or Joint Ventures (JV) if applicable)
- All small business socioeconomic program certifications: 8(a), WOSB/EDWOSB, HUBZone, SDVOSB
- Two points of contact, including: Name, title, phone, and e-mail address
- CAGE Code, Unique Entity Identifier (UEI), and DUNS Number (include SSE(s) or JV if applicable).
Section 2: Ability to Perform
Interested parties shall provide a description of its ability to perform the tasks set forth in the attached Statement of Work. Capable firms must demonstrate the ability to provide OEM certified technicians for each of the manufactured items being serviced. Technicians must be certified through the manufacturer and hold certificates for the maintenance and calibration to be provided. No other certification will be considered acceptable.
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.