Skip to content
Department of Defense

Emergency Diesel Generator (EDG) Rentals

Solicitation: N4523A26R5701
Notice ID: 70ccc053ef6f4da5910f8c580dc8b171
TypeSources SoughtNAICS 532490PSCW061DepartmentDepartment of DefenseAgencyDept Of The NavyStateWAPostedApr 04, 2026, 12:00 AM UTCDueApr 15, 2026, 04:00 PM UTCCloses in 8 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: WA. Response deadline: Apr 15, 2026. Industry: NAICS 532490 • PSC W061.

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: N4523A26R5701. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 532490 (last 12 months), benchmarked to sector 53.

12-month awarded value
$7,260,400
Sector total $2,001,821,360 • Share 0.4%
Live
Median
$56,735
P10–P90
$27,875$661,991
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
+231%($3,888,073)
Deal sizing
$56,735 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 WA
Live POP
Place of performance
Bremerton, Washington • United States
State: WA
Contracting office
Bremerton, WA • 98314-5001 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
WA20260035 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Washington • Okanogan
Rate
BRICKLAYER
Base $33.95Fringe $19.33
Rate
TILE SETTER
Base $29.86Fringe $13.95
+37 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 37 more rate previews.
Davis-BaconBest fitstate match
WA20260035 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Okanogan
Rate
BRICKLAYER
Base $33.95Fringe $19.33
Rate
TILE SETTER
Base $29.86Fringe $13.95
Rate
CARPENTER (Drywall Hanging and Form Work Only)
Base $44.21Fringe $17.28
+36 more occupation rates in this WD
Davis-Baconstate match
WA20260130 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Spokane
Rate
ELECTRICIAN
Base $49.55Fringe $19.09
Rate
Line Construction: LINE PERSON
Base $64.17Fringe $23.58
Rate
TREE TRIMMER: Ground Person
Base $22.60Fringe $16.37
+31 more occupation rates in this WD
Davis-Baconstate match
WA20260021 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Adams
Rate
BRICKLAYER
Base $33.95Fringe $19.33
Rate
TILE SETTER
Base $29.86Fringe $13.95
Rate
CARPENTER (Including Drywall Hanging and Form Work)
Base $44.21Fringe $17.28
+28 more occupation rates in this WD
Davis-Baconstate match
WA20260026 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Grant
Rate
BRICKLAYER
Base $33.95Fringe $19.33
Rate
TILE SETTER
Base $29.86Fringe $13.95
Rate
CARPENTER (Including Drywall Hanging and Form Work)
Base $44.21Fringe $17.28
+27 more occupation rates in this WD

Point of Contact

Name
Kimberly Neumann
Email
kimberly.e.neumann.civ@us.navy.mil
Phone
Not available
Name
Amanpreet Johal
Email
amanpreet.s.johal2.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA SHIPYARD • PUGET SOUND NAVAL SHIPYARD IMF
Contracting Office Address
Bremerton, WA
98314-5001 USA

More in NAICS 532490

Description

THIS IS A SOURCES SOUGHT NOTICE. THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT PROPOSALS. A SYNOPSIS OF PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE WHICH WILL PROVIDE INSTRUCTIONS FOR OFFERORS TO RESPOND TO THIS OPPORTUNITY.

The Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), Contracting Department (Code 400), is issuing this Sources Sought notice and Request for Information (RFI). The Sources Sought is being issued as a means of conducting market research to determine the interest and capability of Industry to provide emergency diesel generators (EDG) to serve as part of an emergency power supply system (EPSS) for providing primary power and/or standby backup power. The primary delivery location will be Puget Sound Naval Shipyard and Intermediate Maintenance Facility or an alternative delivery location.  Alternative delivery locations are limited to Naval Base Kitsap Bremerton, Naval Base Kitsap Bangor, Naval Base Kitsap Keyport, Naval Hospital Bremerton/Naval Base Kitsap Jackson Park, Puget Sound Naval Shipyard and Intermediate Maintenance Facility Bangor, Naval Station Everett, and Naval Weapons Depot/Indian Island.

The tentative North American Industry Classification System (NAICS) code selected for this acquisition 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing, with a small business size standard of $40,000,000.00.

To be considered an interested vendor, you must possess this NAICS code in your System for Award Management (SAM) registration.

Interested offerors must be registered in SAM at www.sam.gov.

Based on the responses to this sources sought notice, this requirement may be set-aside for small business (in full or in part) procured through full and open competition (unrestricted), or procured on a sole source basis. All small business set-aside categories will be considered. Telephonic inquiries will not be accepted or acknowledged, the Government will not be providing evaluations or comments to companies providing sources sought responses but the responses will be used to inform the government as to the best means of  procuring this requirement.

FURTHER SPECIFICATIONS AND DETAILS WILL BE PROVIDED IN THE REQUEST FOR PROPOSAL (RFP) SUBMISSION REQUIREMENTS:

Interested parties are requested to return both the attached Request for Information questionnaire and a capability statement via email. The email subject line should be “Sources Sought Response for N4523A26R5701”. If your organization has the potential capacity and capabilities to perform these contract requirements, please provide the following information: Organization Name and CAGE code. The response to the sources sought may be in either Microsoft Word, Portable Document Format (PDF), or in the body of the email and shall be addressed to Kimberly Neumann at kimberly.e.neumann.civ@us.navy.mil and Amanpreet Johal at amanpreet.s.johal2.civ@us.navy.mil.

Submissions must be received via email no later than 9:00 AM Pacific Standard Time on 15 April 2026.

Questions or comments regarding this notice may be forwarded to Kimberly Neumann at kimberly.e.neumann.civ@us.navy.mil and Amanpreet Johal amanpreet.s.johal2.civ@us.navy.mil.

EMAIL ONLY. No phone calls will be accepted.

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.