- 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
Naval Sea Logistics Center Readiness Based Sparing Services
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 23, 2026. Industry: NAICS 541330 • PSC R425.
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 541330 (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 41 more rate previews.↓
Point of Contact
Agency & Office
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.
The Naval Sea Logistics Center is seeking proposals for Readiness Based Sparing Services under solicitation N6572626R3000, which will be awarded as a cost-plus-fixed-fee task order. This requirement is specifically reserved for Women-Owned Small Businesses (WOSBs) holding a Seaport contract and requires a minimum secret facility clearance. The anticipated contract includes a base year and four optional years, with proposals due by February 23, 2026.
The buyer aims to procure Readiness Based Sparing Services to support the operational readiness of naval logistics.
- Women-Owned Small Businesses with Seaport contract access.
- Firms with experience in logistics and related services.
- Businesses with a minimum secret facility clearance.
- Review and download the RFP from SAM.gov.
- Prepare and submit proposals via email to designated contacts by the deadline.
- Ensure compliance with NIST SP 800-171 and CMMC Level 2 standards.
- Maintain Operations Security as outlined in the guide provided.
- Provide necessary documentation to demonstrate secret facility clearance.
- Completed RFP response including technical and pricing proposals.
- Proof of WOSB certification.
- Documentation of minimum secret facility clearance.
- Evidence of compliance with NIST SP 800-171 and CMMC Level 2.
- Responses to any amendments or questions issued prior to the deadline.
- Minimum NIST SP 800-171 assessment of 'Basic' required.
- CMMC Level 2 compliance effective November 10, 2025.
- All proposals must meet Operations Security requirements.
- Cost-plus-fixed-fee pricing model with detailed cost estimates required.
- Competitive pricing aligned with market and previous contracts.
- Consider partnering with other WOSBs for enhanced capabilities.
- Evaluate subcontracting arrangements for compliance and resource sharing.
- Non-compliance with NIST SP 800-171 could lead to disqualification.
- CMMC compliance is mandated prior to contract award.
- Failure to submit proposals on time may result in non-responsiveness.
- What specific deliverables are expected under Readiness Based Sparing Services?
- Are there specific metrics or performance indicators already defined for evaluation?
- Can the agency clarify any preferred methodologies for meeting the service requirements?
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Detailed scope of services expected from Readiness Based Sparing Services is unclear.
- Information on the evaluation criteria for proposals is not provided.
- Timeline for the decision-making process after proposals are submitted is missing.
- Potential conflicts or limitations due to existing contracts are unspecified.
- Specifics on performance locations are not provided, impacting logistics planning.
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.