Skip to content
Department of Defense

Synopsis for NCIS SABT Training Support

Solicitation: N632852026W002
Notice ID: 4feba7729a874616b2ba3d5f7fc2357c
TypePresolicitationNAICS 611710PSCU014DepartmentDepartment of DefenseAgencyDept Of The NavyPostedMar 13, 2026, 12:00 AM UTCDueMar 18, 2026, 07:00 PM UTCCloses in 4 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: unknown, N/A • Unknown. Response deadline: Mar 18, 2026. Industry: NAICS 611710 • PSC U014.

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: N632852026W002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 611710 (last 12 months), benchmarked to sector 61.

12-month awarded value
$15,090,159
Sector total $838,214,414 • Share 1.8%
Live
Median
$329,060
P10–P90
$324,708$333,412
Volatility
Stable3%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.8%
share
Momentum (last 3 vs prior 3 buckets)
+100%($15,090,159)
Deal sizing
$329,060 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 →
Live POP
Place of performance
unknown, N/A • Unknown
Contracting office
Norfolk, VA • 23511-3392 USA

Applicable Wage Determinations

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

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Jacob Segal
Email
jacob.a.segal.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 611710

Description

The NAVSUP Fleet Logistics Center (FLC) Norfolk, Contracting Department, Regional Directorate intends to solicit directly to selected vendors for Special Agent Basic Training (SABT) Surveillance training support services on behalf of the Naval Criminal Investigative Service (NCIS).  The contractor will be required to provide surveillance detection role player support, including role players, a diverse fleet of vehicles, and devices capable of geo-location, secure end-to-end messaging, and emergency alert notification. The Government intends to solicit this requirement under a 100% small business set-aside (SBSA), using the Simplified Procedures of FAR Part 12. This requirement will be solicited as a single award commercial, FFP contract with a base period and four (4) one-year option periods with an estimated start date in March 2026.  Due to the nature of this requirement, some details such as training dates, times and locations cannot be released to the public as it would compromise national security, therefore, this requirement will be solicited directly to a specific list of vendors.  This contract requires that the company/facility and all personnel have a Secret Clearance.  If your firm believes they can provide the services needed under this requirement, please send a capability statement with a maximum length of three (3) pages to Mr. Jacob Segal, email : Jacob.a.segal.civ@us.navy.mil by 18 March 2026.

The applicable North American Industry Classification System (NAICS) Code is 611710.  The small business size standard for this NAICS is $24.00 million in annual receipts.  The FSC Code is U014.

The Government will not pay for the information received.

By submission of a capability statement, the contractor acknowledges the requirements that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award.  Lack of registration in the SAM database will make a contractor ineligible for award.  Contractors may obtain information on registration and annual confirmation requirements via the internet at https://sam.gov/content/home.  Further, offerors are required to go on-line to the SAM website to complete their Online Representations and Certifications Application (ORCA) prior to the submittal of their proposal.

Submitting a capability statement does not guarantee an interested vendor will be solicited. Capability statements should demonstrate the ability to perform the required services and describe experience on prior contracts the interested vendor considers most similar to the required services. Interested vendors should use their best judgement on how to best demonstrate their capability. The Contracting Officer will evaluate each capability statement and determine which vendors are viable competitors for award. An interested vendor will be determined to be viable if the information in its capability statement demonstrates the interested vendor’s ability to perform the required effort.  Only vendors with a Secret or higher facility clearance will be determined viable. Only vendors determined to be viable will be solicited.
 

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.