Skip to content
Department of Defense

F35 JSF Tools

Solicitation: N68335-26-RFI-1106
Notice ID: 6c552f91f6cd4c2b89de9fb1f6572955
TypeSources SoughtNAICS 332216PSC5120DepartmentDepartment of DefenseAgencyDept Of The NavyPostedApr 01, 2026, 12:00 AM UTCDueApr 08, 2026, 08:00 PM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Apr 08, 2026. Industry: NAICS 332216 • PSC 5120.

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: N68335-26-RFI-1106. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 332216 (last 12 months), benchmarked to sector 33.

12-month awarded value
$11,284,202
Sector total $52,180,821,306 • Share 0.0%
Live
Median
$900,000
P10–P90
$460,000$2,180,000
Volatility
Volatile191%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+8%($427,989)
Deal sizing
$900,000 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 →
Live POP
Place of performance
United States
Contracting office
Joint Base Mdl, NJ • 08733 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Eric Daly
Email
eric.m.daly6.civ@us.navy.mil
Phone
2405729995

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR NAWC AD • NAVAIR WARFARE CTR AIRCRAFT DIV
Contracting Office Address
Joint Base Mdl, NJ
08733 USA

More in NAICS 332216

Description

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This is a sources sought market survey. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. There is no RFP available at this time. Any information submitted by respondents to this RFI is strictly voluntary. Responders are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a RFP is released, it will be synopsized on the beta.SAM.gov website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

The NAWCAD Lakehurst Prototype Manufacturing, and Test Department (PMTD) has a requirement for various F35 JSF tool groupings. See Attachment 01 for a list of required tooling.

RESPONSES

Please answer the following questions/provide the following feedback in your response to this RFI:

  1. Please identify your company's small business size standard based on the primary NAICS code of 332216. The small business size standard for this NAICS code is 750 employees. For more information refer to http://www.sba.gov/content/table-smallbusiness- size-standards.

Please identify, if your business is categorized as a small business by the SBA, or any of the following subcategories:

Small Business (SB) Concern, 8(a), Small Disadvantaged Business (SDB), Woman-Owned Small Business, Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business, or a Service-Disabled Veteran-Owned Small Business.

  1. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under the primary NAICS code? If you are a SB please answer questions 2a & b.

(a)  What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities.

(b)  If you are a small business, does your company have adequate resources, financial or otherwise, to perform the requirement?

  1. Please provide any other pertinent information.

Additional Information

The government is seeking industry input to assist in identifying components that might meet the requirements listed above. Please note that the government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with (IAW) FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.

In Response to this RFI, respondents shall submit written responses, not to exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specifications, sketches, or listings of authorized distributors do not count as part of the page count. The government is interested in receiving vendors price list for items they believe meet the need in this RFI. Supplying price data does not imply contractual obligation and must be provided as a separate document, marked PRICE DATA.

The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of these individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Responses to this RFI may not be returned. Respondents may not be notified of the result of the review.

Failure to respond to this RFI does not preclude participation in any future product solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. It is the potential vendor’s responsibility to monitor the site for the release of any follow-on information.

HOW TO RESPOND

Interested parties shall respond within five (5) days after release of the RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your responses to this RFI (not exceeding ten pages) via email eric.m.daly6.civ@us.navy.mil.

All information submitted should support the offeror's capability to provide the items required and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these items and sent to eric.m.daly6.civ@us.navy.mil. Verbal responses are not acceptable and will not be considered.

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.