- 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
USNS OSCAR V. PETERSON (T-AO 206) FY 27 MTA SOURCES SOUGHT NOTICE
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: East/Gulf Coast. Response deadline: Apr 14, 2026. Industry: NAICS 336611 • PSC J998.
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 336611 (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.
Point of Contact
Agency & Office
More in NAICS 336611
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for proposals, no contract will be awarded from this notice. Draft work item package is not currently available. Military Sealift Command, Norfolk, has a requirement for the USNS OSCAR V. PETERSON (T-AO 206) for a Mid-Term Availability (MTA) commencing on or about�April 14, 2027 until May 26, 2027 at the contractor?s facility. Area of consideration is East/Gulf Coast. Target date of solicitation issuance is May 17, 2026. It is requested that interested firms submit to the contracting office a brief capabilities package demonstrating your firm?s ability to perform the work and experience in performing similar work. This document shall address, at a minimum the following: (1) Company Profile to include number of employees, office location(s), UEI number, CAGE Code and a statement regarding small business designation and status; (2) Description and location of the facility where the work will be performed; (3) This procurement will be solicited under NAICS Code 336611, Ship Building and Repair, which has a size standard of 1,300 employees. Indicate if your company is a large or small business and socioeconomic category (HUBZone, SDVOSB, WOSB, etc.), if applicable.(4) Partnership, teaming, joint ventures, or mentor-prot�g� agreements. Please provide your response to this source sought notice by April 14, 2026 to Bryan.makuch.civ@us.navy.mil. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government as to the extent of shipyards available for this procurement. The Government is not obligated to and will not pay for any information received.While the finalized list of work items is still under development, a list of the notional major work package items is as follows:1) General Services for Ship2) TAO205-SWI-CLEAN AND GAS FREE TANKS VOIDS COFFERDAMS AND SPACES 3) TAO205-CCSI-DECKHOUSE PRESERVATION (10 YR) 4) TAO205-CCSI-CARGO PETROLEUM TANK PRESERVATION5) TAO205-CSI-HIGH VOLTAGE, SHIPS SERVICE, AND EMERGENCY SWITCHBOARD INSPECTION AND CLEANING6) PUMP OVERHAULS7) TAO205-CSI-CARGO CRANE MAINTENANCE AND RETESTING
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.