Skip to content
Department of Defense

N5523626Q0062-USS CHUNG HOON (DDG-93), CIS SAFETY NETS

Solicitation: N5523626Q0062
Notice ID: 4a0d96420a34496d8f55e276566dac5c
TypeSolicitationNAICS 811420PSCJ999Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateCAPostedApr 10, 2026, 12:00 AM UTCDueApr 24, 2026, 06:00 PM UTCCloses in 14 days

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Apr 24, 2026. Industry: NAICS 811420 • PSC J999.

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: N5523626Q0062. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 811420 (last 12 months), benchmarked to sector 81.

12-month awarded value
$508,281
Sector total $378,430,433 • Share 0.1%
Live
Median
$508,281
P10–P90
$508,281$508,281
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)
+100%($508,281)
Deal sizing
$508,281 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 CA
Live POP
Place of performance
San Diego, California • 92136 United States
State: CA
Contracting office
San Diego, CA • 92136-5205 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
CA20260007 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
+247 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 247 more rate previews.
Davis-BaconBest fitstate match
CA20260007 (Rev 3)
Open WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
Rate
handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) AREA 1
Base $35.31Fringe $12.75
+246 more occupation rates in this WD
Davis-Baconstate match
CA20260026 (Rev 2)
Open WD
Published Jan 23, 2026California • San Bernardino
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+129 more occupation rates in this WD
Davis-Baconstate match
CA20260012 (Rev 2)
Open WD
Published Jan 23, 2026California • San Luis Obispo
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+128 more occupation rates in this WD
Davis-Baconstate match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD

Point of Contact

Name
Esther Cing
Email
esther.c.cing.civ@us.navy.mil
Phone
6193435125
Name
Dayen Lagunas
Email
dayen.lagunas.civ@us.navy.mil
Phone
6197080908

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
REGIONAL MAINTENANCE CENTER • SOUTHWEST REGIONAL MAINT CENTER
Contracting Office Address
San Diego, CA
92136-5205 USA

More in NAICS 811420

Description

This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Part 12. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

Request for Quotation (RFQ) N5523626Q0062 is issued as a Total Small Business Set-Aside under NAICS 811420 – Re-upholstery and Furniture Repair. Large businesses are ineligible for award under this NAICS.

DESCRIPTION: The requirement is to provide labor, services, equipment, and materials for the removal, manufacture, pre-fit, weight test and install of nylon trunk safety nets to include new safety hooks onboard USS CHUNG HOON (DDG-93) in accordance with the attached Statements of Work (SOW).

The Period of Performance is 04 May 2026 – 18 May 2026

 CLAUSES INCORPORATED BY REFERENCE

52.203-19        Prohibition on Requiring Certain Internal Confidentiality JAN 2017

                        Agreements or Statements     

52.204-7          System for Award Management NOV 2024

52.204-9          Personal Identity Verification of Contractor Personnel JAN 2011

52.204-13        System for Award Management Maintenance OCT 2018

52.204-15        Service Contract Reporting Requirements for Indefinite- OCT 2016

                        Delivery Contracts     

52.204-19        Incorporation by Reference of Representations and    DEC 2014

                        Certifications.

52.204-26        Covered Telecommunications Equipment or Services-- OCT 2020

                        Representation.          

52.204-27        Prohibition on a ByteDance Covered Application JUN 2023

52.209-10        Prohibition on Contracting With Inverted Domestic         NOV 2015

                        Corporations  

52.209-11        Representation by Corporations Regarding Delinquent Tax           FEB 2016

                        Liability or a Felony Conviction under any Federal Law   

52.211-5          Material Requirements AUG 2000

52.219-6          Notice Of Total Small Business Set-Aside NOV 2020

52.219-28        Postaward Small Business Program Representation JAN 2025

52.226-7          Drug-Free Workplace MAY 2024

52.226-8          Encouraging Contractor Policies To Ban Text Messaging MAY 2024

                        While Driving

52.228-5          Insurance - Work On A Government Installation JAN 1997

52.232-39        Unenforceability of Unauthorized Obligations JUN 2013

52.233-1          Disputes          MAY 2014

52.237-2          Protection Of Government Buildings, Equipment, And Vegetation APR 1984

52.243-1          Changes--Fixed Price AUG 1987

52.249-1          Termination For Convenience Of The Government (Fixed Price) (Short Form)                                APR 1984

52.249-8          Default (Fixed-Price Supply & Service) APR 1984

252.203-7000  Requirements Relating to Compensation of Former DoD SEP 2011

                        Officials         

252.203-7002  Requirement to Inform Employees of Whistleblower Rights DEC 2022

252.204-7000  Disclosure Of Information      OCT 2016

252.204-7003  Control Of Government Personnel Work Product APR 1992

252.204-7008  Compliance With Safeguarding Covered Defense Information

                        Controls OCT 2016

252.204-7009  Limitations on the Use or Disclosure of Third-Party    

                        Contractor Reported Cyber Incident Information  JAN 2023

252.204-7012  Safeguarding Covered Defense Information and Cyber

                        Incident Reporting MAY 2024

252.204-7012  Safeguarding Covered Defense Information and Cyber       

                        Incident Reporting MAY 2024

252.204-7015  Notice of Authorized Disclosure of Information for Litigation     

                        Support JAN 2023     

252.204-7019  Notice of NIST SP 800-171 DoD Assessment Requirements NOV 2023

252.204-7020  NIST SP 800-171 DoD Assessment Requirements  NOV 2023

252.204-7022  Expediting Contract Closeout MAY 2021

252.204-7024  Notice on the Use of the Supplier Performance Risk System MAR 2023

252.215-7013  Supplies and Services Provided by Nontraditional Defense           Contractors JAN 2023           

252.217-7028  Over And Above Work DEC 1991

252.223-7006  Prohibition On Storage, Treatment, and Disposal of Toxic or

                        Hazardous Materials   SEP 2014

252.223-7008  Prohibition of Hexavalent Chromium JAN 2023

252.225-7001  Buy American and Balance of Payments Program FEB 2024

252.225-7002  Qualifying Country Sources As Subcontractors MAR 2022

252.225-7013  Duty-Free Entry AUG 2025

252.225-7048  Export-Controlled Items JUN 2013

252.232-7010  Levies on Contract Payments DEC 2006

252.243-7001  Pricing Of Contract Modifications DEC 1991

252.244-7000  Subcontracts for Commercial Products or Commercial Services NOV 2023      

252.246-7003  Notification of Potential Safety Issues JAN 2023

252.246-7004  Safety of Facilities, Infrastructure, and Equipment for Military Operations

OCT 2010      

52.212-1 Instructions to Offerors – Commercial Products and Commercial Services. Offerors must comply with all instructions contained herein.

Requests for Clarification.

Offerors may submit written questions during the quote preparation period by emailing the Request for Specification Clarification Form. All questions must be received no later than 20 April 2026, 4:00 PM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to:

Southwest Regional Maintenance Center (SWRMC) – C410A Procurement

Email: Cite the solicitation number in the subject line - N5523626Q0062

Email Addresses: Esther Cing, esther.c.cing.civ@us.navy.mil and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil.

Submission of Quote.

To be considered for award, the Offeror shall submit a complete quote package consisting of the following:

  1. Completed Itemized Pricing Worksheet (Itemized Pricing 0001–0003)
  2. Cover Letter or Email which includes all technical documentation, as specified below in Factor 2-Technical Acceptability.

QUOTES must be received by the destination inbox no later than 24 April 2026 at 1100 AM (Pacific). Late quotes will not be considered.

Please submit your quote via e-mail to Esther Cing, esther.c.cing.civ@us.navy.mil (primary) and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil (secondary).

52.212-2 Evaluation—Commercial Products and Commercial Services.

The Government intends to award a Firm Fix Price contract to the offeror whose quote is determined to provide the greatest overall value to the Government, considering price, technical acceptability, and past performance.

Evaluation Factors:

Factor 1 – Price:

Price will be evaluated based on the total combined price, for reasonableness in accordance with FAR 12.203. Award will be made to the offeror providing the Lowest Price Technically Acceptable (LPTA). The Offeror must provide:

  1. Completed Itemized Pricing Worksheet with all required fields completed.
  2. Total evaluated price shall be the sum of Itemized Pricing 0001–0003.

Factor 2 – Technical Acceptability:

Technical Acceptability will be evaluated on an Acceptable/Unacceptable basis. To be rated Acceptable, the Offeror must provide:

  1. Cover Letter or Email with the following information
    1. Confirmation of an approved Quality Management System (QMS) per NAVSEA Standard Item 009-04.
    2. Confirmation of DBIDS registration/authorization.
    3. CAGE code and UEI.
    4. Identification of one lead individual who will coordinate all aspects of performance (name, title, phone, email).
    5. Written statement confirming ability to meet the required delivery date.
    6. Written statement confirming capability and resources to perform the work described in the SOW.

Factor 3 – Past Performance:

The Government will evaluate the past performance of each offeror using the Supplier Performance Risk System (SPRS). DFARS provision 252.204-7024 Notice on the Use of the Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference. Offerors are encouraged to provide listing(s) of similar work performed within the past three (3) years, including scope, magnitude, and complexity.

Failure to submit required documentation may render the quote technically unacceptable.

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.