- 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
Professional Support Services in the Atlantic Area of Responsibility
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: ME. Response deadline: Apr 30, 2026. Industry: NAICS 541990 • PSC R408.
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 541990 (last 12 months), benchmarked to sector 54.
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 23 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541990
Description
THIS IS A PRE-SOLICITATION NOTICE ONLY.
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. Solicitation documents will not be available for downloading until after 29 April 2026.
Naval Facilities Engineering Systems Command (NAVFAC) Atlantic intends to issue a Request for Proposal (RFP) for a Professional Support Services Indefinite Delivery/Indefinite Quantity Contract to support the NAVFAC Atlantic Area of Responsibility (AOR) with a concentration of work in Portsmouth, VA and Kittery, ME; though work may also be performed remotely or at other locations as directed.
Projects are located throughout NAVFAC enterprise to include CONUS and OCONUS locations. This contract is to provide on-site and potentially off-site personnel support services in support of all Navy and Marine Corps installations located within the NAVFAC enterprise to include OCONUS locations and supported commands.
The primary tasks anticipated under this contract include support of NAVFAC Atlantic Area of Responsibility (AOR) supporting naval facilities. Specific services to be provided include, but are not limited to
- Execute the planning, design, and construction requirements outlined in the Statement of Work, including the experience to review plans, specifications, cost estimates, project documents and reports submitted by A&E firms for technical adequacy, completeness, functional design, sound engineering practice, compliance with NAVFAC and DOD criteria and all applicable codes.
- Support multiple design and/or construction projects by executing the planning, design, and construction requirements.
- Initiate field trips to project site during scoping, design and construction.
- Assist in the preparation of project and contract modification cost estimates, working with available cost estimation tools as well as independent research and utilizing professional experience.
- Inspect existing conditions of a site and of a facility to gather information.
- Perform evaluations of technical proposals and provide recommendations.
- Tasks will range from concept development, plan review and recommendations, facility or utility design, construction support management, and inspection services including knowledge of the Microsoft Office Software Suite.
- Experience coordinating with customers and sponsor commands, integrating requirements into the overall project execution, and reporting project status to NAVFAC Atlantic.
- Have a strong understanding utilizing and applying discipline specific criteria and tools such as DoD Unified Facilities Criteria (UFC), Building Code Analysis, AutoCAD, Revit, SpecsIntact, and cost estimating software for the construction of facilities from design documentation.
The following positions are anticipated under this contract:
Administrative Assistant
Acoustician/Acoustical Engineer
Architect Technician
Architect
Architect - Senior
Business Analyst
CAD/BIM Manager
Extreme Weather Hazards and Geological Hazards Resilience Specialist
Civil Engineer
Civil Engineer - Senior
Civil (Structural) Engineering Technician
Civil Engineer (Structural)
Civil Engineer (Structural) – Senior
Construction Scheduler
Construction Scheduler – Senior
Construction Engineering Technician
Construction Engineering Technician 2nd Shift
Construction Manager
Construction Support Cost Engineer
Cost Engineer
Electrical Engineering Technician
Electrical Engineer
Electrical Engineer – Senior
Fire Protection Engineer Technician
Fire Protection Engineer
Fire Protection Engineer – Senior
General Engineer
General Engineer - Senior
Geotechnical Engineer
Geotechnical Engineer – Senior
GIS Analyst
Instructional Design Project Manager
Interior Designer
Landscape Architect
Landscape Architect - Senior
Mechanical Engineering Technician
Mechanical Engineer
Mechanical Engineer – Senior
Motion Graphics Designer/Animator
Planner
Program Analyst
Project Risk Analysis
SharePoint & Power Platform Developer
Strategic Planner
The solicitation utilizes source selection procedures in accordance with Federal Acquisition Regulation (FAR) Part 37, and will require offerors to submit corporate experience, safety, and past performance, along with a price proposal for evaluation by the Government. The tradeoff source selection process is selected as appropriate for this acquisition. The Government considers it to be in its best interest to allow consideration of award to other than the lowest priced offeror or other than the highest technically rated offeror. Award will be made to the responsible Offeror(s) whose proposal conforms to the Request for Proposal (RFP), will be most advantageous to the Government resulting in Best Value, price and other non-price factors considered.
The NAICS Code for this procurement is 541990, All Other Professional, Scientific, and Technical Services with a size standard of $19.5 million. The contract term will be a base period of up to twelve (12) months with four (4) option periods (12 months each), not to exceed a total of 60 months.
These services are currently being performed under contract N62470-22-D-0004 for Professional Support Services (PSS) which was awarded to Bristol Infrastructure Design Services, LLC. That solicitation was issued as an 8(a) Sole Source award.
THIS PROCUREMENT WILL BE SOLICITED AS AN 8(A) COMPETITIVE SET-ASIDE. A sources sought was issued to Contract Opportunities via System for Award Management (SAM) on 8 December 2025 to determine availability and capability of businesses to perform the requirement. As a result of the market research analysis, a determination was made to solicit as an 8(a) competitive procurement. NAVFAC Atlantic’s Office of Small Business Programs concurs with this decision. 8(a) program participants may submit a proposal which will be considered by the agency. All prospective contractors are required to be registered in the System for Award Management (SAM) database at https://www.sam.gov. You are encouraged to register as soon as possible.
The anticipated RFP date is on or about 29 April 2026, and the solicitation number will be N62470-26-R-0013. Offerors can view and/or download the solicitation and notification of any changes (amendments) to the solicitation will be posted to Contract Opportunities on the https://www.sam.gov website when it becomes available. All prospective offerors are encouraged to register with the site so you will receive emails applicable to the solicitation and/or solicitations of interest.
It is the offeror’s sole responsibility to check the Contract Opportunities on the https://www.sam.gov website frequently for any and all amendments to this solicitation.
No additional information is currently available, and the Government will NOT respond to questions regarding the pre-solicitation notice.
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.