- 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
Trusted Microelectronics Assurance Center (TMAC) at NSWC, IN
Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: IN. Response deadline: Apr 21, 2026. Industry: NAICS 236220 • PSC Y1NZ.
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 236220 (last 12 months), benchmarked to sector 23.
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 12 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 236220
Description
Trusted Microelectronics Assurance Center - Pre-Solicitation Synopsis
DESCRIPTION: Naval Surface Warfare Center (NSWC) Crane is for the design/bid/build construction of a new facility titled Trusted Microelectronics Assurance Center (TMAC). This project will provide adequate Special Security Office (SSO) space that will be Intelligence Community Directive (ICD) 705 and UFC 4-101-5 compliant and meet anti-terrorism standards to be compliant with UFC (4-010-01) for executing the increasing workload in hardware cybersecurity and Anti-Tamper. This project will incorporate the necessary Telecommunications Electronics Material Protected from Emanating Spurious Transmissions (TEMPEST) controls, including Radio Frequency Shielding. TMAC will involve the construction of a single-story Pre-engineered Metal Building (PEMB) facility that meets the current office standards including HVAC, electrical distribution, life safety and reconfigurable office spaces. The three floor plans will be considered 6,830SF, 7,795SF and 9,160SF. One floor plan will be selected for construction contingent upon bid cost.
The Contract Duration is estimated at 664 calendar days from Contract Notice to Proceed. The actual Period of Performance will be identified in the solicitation.
TYPE OF CONSTRACT AND NAICS: Award will be for one (1) Firm-Fixed-Price (FFP) Construction contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 – Commercial and Institutional Building Construction.
CONSTRUCTION MAGITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000 in accordance with FARS 36.204
TYPE OF SET-ASIDE: This acquisition will be listed as a Small Business Set Aside.
SELECTION PROCESS: This is a sealed bid procurement operating under FAR Part 14. The bids will be evaluated based on the lowest price.
ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about May 6, 2026. Actual dates and time will be identified in the solicitation.
SOLICITIATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the Contracting Opportunities website, http://Sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Contracting Opportunities website at http://Sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.
POINT-OF-CONTACT: The point-of-contact for this procurement is Megan Murphy, Contract Specialist, at Megan.r.murphy@usace.army.mil.
This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
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.