- 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
Destruction Center Operations Support at Norfolk Naval Shipyard
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 02, 2026. Industry: NAICS 561990 • PSC R614.
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 561990 (last 12 months), benchmarked to sector 56.
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 43 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 561990
Description
THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL.
The Norfolk Naval Shipyard (NNSY) is seeking capable sources to provide contractor support for the collection and bulk destruction/shredding of burn bag contents, as detailed in the attached Draft Statement of Work (SOW). The Government anticipates a Firm-Fixed-Price contract, likely issued under FAR Part 13 procedures.
This is NOT a solicitation. The Government will not award a contract from this announcement or pay for any information submitted. All responses will be treated as market research. Proprietary information will be protected if clearly marked.
Anticipated Codes:
- NAICS: 561990 (All Other Support Services)
- PSC: R614 (Support – Administrative: Paper Shredding)
INFORMATION REQUESTED FROM INDUSTRY:
We encourage clear, concise responses. Please do not simply reiterate the SOW. We are seeking to understand your genuine capabilities and expert perspective.
- Corporate Information:
- Company Name, Address, Phone Number
- CAGE Code & Unique Entity ID (UEI) from SAM.gov
- Primary Point of Contact (Name, Title, Phone, Email)
- Socioeconomic Status (e.g., Small Business, WOSB, SDVOSB, etc.)
- Corporate Experience & Past Performance:
- Provide brief descriptions of up to three (3) relevant contracts from the past five (5) years that are similar in scope and complexity. Please specify if these contracts were for DoD/Federal agencies and involved handling classified and/or Controlled Unclassified Information (CUI).
- Technical & Security Capability:
- Describe your approach to performing this requirement in its entirety.
- What is your company's current Facility Clearance (FCL) Level?
- What is your capability for providing employees with the necessary security clearances?
- Do you hold any current and relevant quality/security certifications?
- Industry Feedback & Innovation (Revolutionary FAR Overhaul Input):
- After reviewing the Draft SOW, are there any requirements you consider unnecessarily restrictive, inefficient, or not aligned with commercial best practices?
- What alternative approaches, technologies, or process improvements would you recommend to enhance the security or efficiency of this service?
- Are the selected NAICS/PSC codes appropriate? If not, what do you recommend and why?
- What contract CLIN structure would you recommend for a requirement of this nature?
Submission Instructions:
Interested sources should send a single Adobe Acrobat (.pdf) response to Devin Edwards at devin.m.edwards4.civ@us.navy.mil, with a courtesy copy to Denise Swain, Contracting Officer, at denise.j.swain.civ@us.navy.mil.
Response Deadline: 27 MARCH 2026, 5:00 PM EST.
NO HARD COPY OR FACSIMILE SUBMISSIONS SHALL BE ACCEPTED. Requests for a solicitation package will not be honored nor will technical point-of-contact information be provided.
By submitting information, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Furthermore, prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment. Contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220 or via the Internet at http://www.sam.gov.
Again, this is not a request for a proposal. Respondents will not be notified of the results.
Thank you for your interest and participation in this market research effort.
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.