- 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
LPD CLASS SHIP MAST LIGHTS
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Apr 17, 2026. Industry: NAICS 334511 • PSC J999.
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 334511 (last 12 months), benchmarked to sector 33.
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 247 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 334511
Description
This is a Combined Synopsis/Solicitation for commercial services prepared in accordance with the format in FAR Part 12. This announcement constitutes the only solicitation. Quotes are being requested and a separate written solicitation will not be issued.
Request for Quotation (RFQ) N5523625Q0059 is issued as a total small business set-aside. The subject solicitation is being processed under the authority of FAR 12.103. Any quote from a large business is ineligible for award. The applicable North American Industry Classification System (NAICS) code is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.
This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2026-01 (Effective 13 March 2026) and DFARS Publication Notice 20251110.
DESCRIPTION: Southwest Regional Maintenance Center (SWRMC) requires procurement and delivery of long lead time material (LLTM) in support in support of an LPD-20 class ship as itemized below in
support of Work Item 422-10-001, as seen in Product Description, at Naval Base San Diego as follows: Quote shall provide LLTM as described in Product Description with a Required Delivery Date of 5 days from Receipt of Order.
SEE PRODUCT DESCRIPTION
The full text of FAR and DFAR references, provisions and clauses may be accessed at https://acquisition.gov.
A. 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services. Offerors must comply with all instructions contained herein.
(1) Offerors may submit written questions during the quote preparation period. All questions must be received no later than 16 April 2026, 11:00 AM (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 - N5523626Q0059
Email Addresses: valerie.p.manguiob.civ@us.navy.mil and dayen.lagunas.civ@us.navy.mil
B. 52.212-2 Evaluation Commercial Items, Evaluation – Commercial Products and Commercial Services NOV 2021.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Evaluation Factors – The evaluation factors that will be used are:
- Technical Acceptability – Ability to meet the required delivery date and the salient characteristics of the Product Description
- Price – Lowest price technically Acceptable (LPTA)
- Past Performance – Based on the Supplier Performance Risk System
Price: The Government will evaluate the proposed price for reasonableness in accordance with FAR 12.203
Past Performance: The Government will consider the recency and relevancy of past performance information compared to the requirements detailed in the Product Description, the source of the information, the context of the data and general trends in the offeror's performance and any associated risk. The Government will also consider the extent of the offeror's ability to perform previous contracts successfully. In accordance with DFARS provision 252.204-7024, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
C. 52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0004). The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov/SAM/ (only complete and return if there are changes to current SAM Registration. If 52.212-3 is not returned, the contractor is affirming that the current SAM registration is current, accurate, and complete). If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. The provision of FAR 52.212-3 must be submitted by the Offeror to be eligible for award.
D. 52.212-4 Contract Terms and Conditions -- Commercial Products and Commercial Services
Standard Commercial Warranties apply.
APPLICABLE PROVISIONS AND CLAUSES:
The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/portal/public/SAM/.
PACKAGING REQUIREMENTS: Unless otherwise stated in Section D clauses, packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage.
DELIVERY INSTRUCTIONS: Item shall be priced for F.O.B. Destination. Inspection and acceptance shall be at destination by the Government.
SPECIAL CONTRACT REQUIREMENTS:
Please submit your quote via e-mail to Valerie Manguiob, valerie.p.manguiob.civ@us.navy.mil and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil
QUOTES must be received by the destination inbox no later than *20 April 2026, 11:00 AM (Pacific)* or they will not be considered for award.
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.