Skip to content
Department of Defense

Communication Equipment Storage Cases

Solicitation: N68335-26-RFI-0060-BL54
Notice ID: 478ba3291bfe4ee7b56f906f9730d93f
TypeSources SoughtNAICS 326199PSC8145Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateNJPostedApr 13, 2026, 12:00 AM UTCDueApr 20, 2026, 09:00 PM UTCCloses in 8 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Apr 20, 2026. Industry: NAICS 326199 • PSC 8145.

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: N68335-26-RFI-0060-BL54. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 326199 (last 12 months), benchmarked to sector 32.

12-month awarded value
$7,259,589
Sector total $11,804,558,111 • Share 0.1%
Live
Median
$28,956
P10–P90
$28,956$28,956
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+1804%($6,535,221)
Deal sizing
$28,956 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 NJ
Live POP
Place of performance
Not listed
State: NJ
Contracting office
Joint Base Mdl, NJ • 08733 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
NJ20260001 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New Jersey • Atlantic, Burlington, Camden +7
Rate
Bricklayer
Base $45.20Fringe $33.26
Rate
Cement mason
Base $45.20Fringe $33.26
+61 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 61 more rate previews.
Davis-BaconBest fitstate match
NJ20260001 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Atlantic, Burlington, Camden +7
Rate
Bricklayer
Base $45.20Fringe $33.26
Rate
Cement mason
Base $45.20Fringe $33.26
Rate
Carpenter
Base $57.42Fringe $59.25
+60 more occupation rates in this WD
Davis-Baconstate match
NJ20260034 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Hunterdon
Rate
gs and finishings to all types of mechanical systems; also, the application of firestopping material to openings and penetrations in walls, floors, ceilings and curtain walls; also, all lead abatement)
Base $51.74Fringe $46.20
Rate
s and finishings to all types of mechanical systems; also, the application of firestopping material to openings and penetrations in walls, floors, ceilings and curtain walls; also, all lead abatement))
Base $55.80Fringe $40.80
Rate
Bricklayer
Base $45.20Fringe $33.26
+39 more occupation rates in this WD
Davis-Baconstate match
NJ20260035 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Mercer
Rate
s and finishings to all types of mechanical systems; also, the application of firestopping material to openings and penetrations in walls, floors, ceilings and curtain walls; also, all lead abatement))
Base $55.80Fringe $40.80
Rate
Bricklayer
Base $45.20Fringe $33.26
Rate
Tile finisher
Base $50.05Fringe $33.90
+36 more occupation rates in this WD
Davis-Baconstate match
NJ20260003 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Atlantic, Bergen, Camden +11
Rate
Dredging: CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+4 more occupation rates in this WD

Point of Contact

Name
Jacob Zucker
Email
jacob.a.zucker.civ@us.navy.mil
Phone
2409488392

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR NAWC AD • NAVAIR WARFARE CTR AIRCRAFT DIV
Contracting Office Address
Joint Base Mdl, NJ
08733 USA

More in NAICS 326199

Description

REQUEST FOR INFORMATION

PURSUANT TO FAR 15.101(c) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.  This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  This request for information does not commit the Government to contract for any supply or service whatsoever.  Further, the government is not at this time seeking proposals and will not accept unsolicited proposals.  Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.  Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations.  Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.

BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS

The Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial off the Shelf (COTS) Communications Equipment (CE) storage cases with foam, CE storage cases with floating deck, and CE storage cases.  These cases should allow for easy transport and foam inserts to securely store equipment.  The cases must meet Military Standard 810H.    

RESPONSES

Requested Information

Section 1 of the response shall provide administrative information, and shall include the following as a minimum:

  • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.
  • Business type (large business, small business, small, disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).
  • Country of origin for main component(s)

Section 2 of the response shall provide technical information, and shall include the following as a minimum:

  • Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes.  Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.
  • Respondents should provide a detailed description of the following characteristics of their solution in their submission:
  • Product specification, sketches, or listings of authorized distributors are not to count as part of the page count. 
  • Accessories available
  • Container types (case or bag)
  • Features
    • Dimensions – height, width, length, weight
    • Environmental conditions
      • Minimum and maximum operating temperatures (in Fahrenheit)
      • Applicable Military Standards
    • Material Used
    • Finish/ Color
  • Other information
    • Total quantity of units sold to date
    • Date of delivery of the first unit
    • Date of delivery of most recent unit
    • Basic and extended warranty information
    • Time to production
  • If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution.  It would be helpful if a sponsor POC for each program, with email address and phone number could be identified.
  • The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI.  Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.
  • Respondents should include a list of authorized distributors.

ADDITIONAL INFORMATION

In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail.  Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.  The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s). 

The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.  Proprietary information will be safeguarded in accordance with the applicable Government regulations.  All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly.  The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. 

Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.  Information provided in no way binds the government to solicit or award a contract.  If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website: www.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

HOW TO RESPOND

Interested parties are requested to respond to this RFI with a PDF Document Format.  Responses shall be limited to 10 pages and submitted via e-mail only to jacob.a.zucker.civ@us.navy.mil.  Proprietary information, if any, should be minimized and must be clearly marked.  Responses are due no later than 20 April 2026, 5:00 P.M. EST.

Responses to this RFI may not be returned.  Respondents may not be notified of the result of the review.  If a solicitation is released, it will be synopsized on the SAM website: www.sam.gov.  It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.