Navigate the lattice: hubs for browsing, trends for pricing signals.
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 size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.