Skip to content
Department of Defense

USN and FMS AEGIS MK 82/200 Director/Director Control Production, Engineering Services

Solicitation: N00024-26-G-5358
Notice ID: 6d87f14ae1b84307aa54739ee7407a3d
TypeSources SoughtNAICS 334511PSC1210Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyPostedApr 07, 2026, 12:00 AM UTCDueApr 21, 2026, 08:00 PM UTCCloses in 13 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Apr 21, 2026. Industry: NAICS 334511 • PSC 1210.

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: N00024-26-G-5358. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.

12-month awarded value
$4,572,488,256
Sector total $51,923,358,306 • Share 8.8%
Live
Median
$111,180
P10–P90
$37,651$59,208,629
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
8.8%
share
Momentum (last 3 vs prior 3 buckets)
+51%($920,660,047)
Deal sizing
$111,180 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
Washington Navy Yard, DC • 20376-5000 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
Hannah Bourassa
Email
hannah.e.bourassa.civ@us.navy.mil
Phone
2027817489
Name
Robert Larkin
Email
robert.j.larkin25.civ@us.navy.mil
Phone
2028348330

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA HQ • NAVSEA HQ
Contracting Office Address
Washington Navy Yard, DC
20376-5000 USA

More in NAICS 334511

Description

The Naval Sea Systems Command (NAVSEA) is conducting market research to identify potential sources that possess the capability to perform efforts in support of the AEGIS MK82/200 Director/Director Control production program. The requirements include the production, testing, and support for New Construction, Mid-Life Updates, and Overhaul of the MK82/200 systems to the USN and FMS country need dates beginning in Fiscal Year 2027.

Additional requirements to provide support include the evaluation, implementation and proofing of equipment changes, related engineering services, and repairs. The scope of work requires demonstrated direct experience with production, integration, assembly, test, overhaul, design, development, life-cycle engineering, maintenance and logistical support for New Construction DDG, Mid-Life Updated, and Overhaul USN and FMS AEGIS MK82/200 systems. Due to the nature of this requirement, prospective offerors must demonstrate ability to procure material and services in support of the MK 82/200 and ancillary equipment, inclusive of equipment changes or modifications, related technical services, repairs, overhauls, refurbishment, Diminishing Manufacturing Sources (DMS) or life-of-type procurement of parts and assemblies for DMS case resolution, maintenance, and studies. The anticipated Basis Ordering Agreement (BOA) will provide material and services for up to thirty-seven (37) MK82 and thirty-five (35) MK200 for USN and FMS ships.

All potential sources with the capability to accomplish the requirements referenced in this notice are invited to submit written information sufficient to demonstrate the respondent's ability to fulfill the requirements described in this notice. Responses to this notice must be submitted via email to the point of contact listed at the bottom of this notice and must be received no later than 4:00PM EDT on 21 April 2026.  

The subject line of emails containing responses or questions related to this notice should reference the solicitation number for this notice and "MK 82/200 Sources Sought Notice." Please limit responses to a maximum of eight (8) pages in length, excluding the cover page and IMS, based on a minimum font size of 10 points, Times New Roman, with one-inch page margins. Include a cover page with your response that lists the following information: 

a. Solicitation Number for this Notice 

b. Vendor/Company Name 

c. Vendor Mailing Address and Physical Address (if different) 

d. Name of the Point of Contact 

e. Email Address 

f. Phone Number 

g. Unique Entity ID Number, CAGE, and Facility Clearance Level 

h. Business Size Status (based on NAICS code for this notice) 

All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will not be returned. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the point of contact listed in this notice. 

THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this notice. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy. 

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.