Skip to content
Department of Defense

NCTAMS LANT Telecommunications Support Services

Solicitation: N00189NCTAMSRSM
Notice ID: 401e0e45a3774df99d1cc2abc5deb2e2
TypeSources SoughtNAICS 541330PSCDE01DepartmentDepartment of DefenseAgencyDept Of The NavyStateVAPostedFeb 04, 2026, 12:00 AM UTCDueFeb 10, 2026, 04:00 PM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Feb 10, 2026. Industry: NAICS 541330 • PSC DE01.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,240,690,282
Sector total $5,796,258,355,399 • Share 0.1%
Live
Median
$400,904
P10–P90
$29,630$1,410,297
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+27221%($4,209,759,586)
Deal sizing
$400,904 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 VA
Live POP
Place of performance
Norfolk, Virginia • 23511 United States
State: VA
Contracting office
Norfolk, VA • 23511-3392 USA

Point of Contact

Name
Bridgette Walton
Email
bridgette.d.walton.civ@us.navy.mil
Phone
Not available
Name
Amber Geusic
Email
amber.m.geusic.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP GLOBAL LOGISTICS SUPPORT • NAVSUP FLC NORFOLK • NAVSUP FLT LOG CTR NORFOLK
Contracting Office Address
Norfolk, VA
23511-3392 USA

More in NAICS 541330

Description

This Request for Information (RFI) in anticipation of a potential future procurement program under NAICS code 541330 -Engineering Services. Subject to FAR Clause 52.215-3, entitled Request for Information or Solicitation for Planning Purposes, this announcement constitutes a RFI for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This FI is not to be construed in any way as a commitment by the U.S. Government, nor will the U.S. Government pay for the information submitted in response.

Background:

Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk is seeking

information on qualified and experienced sources for planning purposes, in an effort to derive a

contract vehicle that will provide RSM Support Services. The primary organization for this support is the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMS LANT) The attached draft PWS addresses the required tasks, knowledge/skill/ability of contractor personnel, and outline of support required. At this time, this PWS is not finalized and may be revised prior to the publication of the solicitation. The period of performance for the anticipated contract is a twelve (12) month base period with four (4) twelve (12) month option periods and with the inclusion of FAR Clause 52.217-8 an additional six (6) months of performance if required by the Government.

The support required under this anticipated procurement is included in the draft Performance Work Statement

(PWS).

RFI SUBMISSION REQUIREMENTS:

Interested parties shall submit responses to this RFI by11:00 AM ET on 10 February 2026. Responses should be emailed to Bridgette Walton at Bridgette.d.walton.civ@us.navy.mil and Amber Geusic at amber.m.geusic.civ@us.navy.mil. Responses should reference the RFI and shall include the following information in this format:

1. Company name, address, Point of Contact name, phone number, and email address.

2. Contractor and Government Entity (CAGE) Code and Unique Entity ID.

3. Business size under NAICS including any socio-economic designations (8(a), HubZone, Woman-Owned Small

Business, Economically Disadvantaged Woman-Owned Small Business, and/or Service Disabled

Veteran-Owned Small Business).

4. Capability statement addressing aptitude to be able to provide the services as prescribed in the draft PWS, in

addition to any information that demonstrates the ability to meet the requirements in the PWS.

5. The work as outlined in the draft PWS shall be performed at NCTAMS LANT.

6. Include any other supporting documentation necessary, as well as existing contracting vehicles (GSA, Seaport-NXG etc.) under which the interested party could perform these services.

Documentation of technical expertise and experience must be presented in sufficient detail for the U.S. Government

to determine that your company possesses the necessary functional area expertise and experience to compete for this

acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed six (4) typewritten

pages in no less than 12-font.

This announcement is NOT a contract, request for proposal, a promise to contract, or a commitment of any kind on

the part of the U.S. Government. The Navy will not assume liability for costs incurred in response to this RFI.

Responses should be emailed to Bridgette Walton at bridgette.d.walton.civ@us.navy.mil and Amber Geusic at amber.m.geusic.civ@us.navy.mil by 11:00 AM ET on 10 February 2026. Again, this is NOT a request for a proposal. Respondents will not be notified of the results and the U.S. Government is NOT required to answer any questions submitted in regards to this RFI. Please note the information within this presolicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.

Attachment List: Attachment I – Draft Performance Work Statement

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.