Skip to content
Department of Defense

Naval Sea Logistics Center Readiness Based Sparing Services

Solicitation: N6572626R3000
Notice ID: 6129c783a226454fb23aba2a11a1a9ac
TypeSolicitationNAICS 541330PSCR425Set-AsideWOSBDepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 11, 2026, 12:00 AM UTCDueFeb 23, 2026, 08:00 PM UTCExpired

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 23, 2026. Industry: NAICS 541330 • PSC R425.

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: N6572626R3000. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,756,960,416
Sector total $5,796,850,101,580 • Share 0.1%
Live
Median
$730,582
P10–P90
$21,404$41,500,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+30559%($4,726,029,720)
Deal sizing
$730,582 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 →
Map for PA
Live POP
Place of performance
Mechanicsburg, Pennsylvania • 17050 United States
State: PA
Contracting office
Mechanicsburg, PA • 17055-2411 USA

Point of Contact

Name
Marisa Wirfel
Email
marisa.n.wirfel.civ@us.navy.mil
Phone
7176056176
Name
Michael VanDeMark
Email
michael.t.vandemark.civ@us.navy.mil
Phone
7176052239

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • NAVSEALOGCENKYPTDIVNUWC MECH PA
Contracting Office Address
Mechanicsburg, PA
17055-2411 USA

More in NAICS 541330

Description

Naval Sea Logistics Center, Mechanicsburg, is soliciting for the following non-commercial service: Readiness Based Sparing Services. The resultant Seaport task order is anticipated to be awarded as a cost plus fixed fee (CPFF) task order with a base year and four (4) optional years. The solicitation number for this requirement issued as a request for proposal (RFP) is N6572626R3000. This requirement is limited to Women-Owned Small Business Seaport contract holders with a minimum secret facility clearance. There is no incumbent.

The applicable NAICS code for this requirement is 541330 and has a size standard of $45 million.  The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9.

Offerors wishing to submit a proposal are responsible for downloading the RFP from www.sam.gov and frequently monitoring the site for any amendments to the RFP. Proposals may be emailed to Marisa Wirfel at marisa.n.wirfel.civ@us.navy.mil and Michael VanDeMark at michael.t.vandemark.civ@us.navy.mil. No paper copies will be accepted.  Failure to respond to the RFP and associated amendments as applicable, prior to the closing date and time established, may render an offer non-responsive and result in rejection.  All questions regarding this solicitation shall be submitted in writing via e-mail to marisa.n.wirfel.civ@us.navy.mil and michael.t.vandemark.civ@us.navy.mil no later than fifteen (15) calendar days following the issue date of the solicitation, with the day after issue of the solicitation being day one.

To access the incorporated clauses/provisions to be completed, download the Federal Acquisition Regulations (FAR) at http://acquisition.gov/far/ and the Defense Federal Acquisition Regulations (DFARS) at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. Offerors are also advised that the representations and certifications can be completed electronically via the System for Award Management website at http://www.sam.gov.

Per DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements, the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 applies to this procurement.  The Offeror shall have a current (not more than 3 years old) minimum Confidence Level assessment of “Basic” as identified in the NIST SP 800-171 Assessment Report within the Supplier Performance Risk System (SPRS).  Guidance regarding the NIST SP 800-171 DoD Assessments can be found at https://www.sprs.csd.disa.mil/.  The Government will not extend or delay the procurement for pending Contractor NIST SP 800-171 assessments.

The Program Office has determined CMMC compliance is required effective 10 November 2025. The minimum CMMC assessment requirement for this tasking is CMMC Level 2 (Self).

Performance under this contract requires the contractor to adhere to Operations Security (OPSEC) requirements.  Explanation of these requirements is detailed in the Operations Security Guide for Defense Contractors, at http://www.navsea.navy.mil/Home/WarfareCenters/NUWCKeyport/Resources.aspx; click on the OPSEC Guide for Defense Contractors on the right-hand side.

Files

Files size/type shown when available.

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.