- 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
USNS RAPPAHANNOCK (T-AO 204) MIDTERM AVAILABILITY
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: AP. Response deadline: Apr 15, 2026. Industry: NAICS 336611 • PSC J999.
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 336611 (last 12 months), benchmarked to sector 33.
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.
Point of Contact
Agency & Office
More in NAICS 336611
Description
This is a pre-solicitation notice only. This is not a solicitation or request for proposal and no contract will be awarded from this notice. The information in this notice is subject to change and in no way binds the U.S. Government to award a contract.
The NAVSUP Fleet Logistics Center Yokosuka (FLCY) Site Singapore intends to issue a competitive solicitation for the Mid-Term Availability (MTA) requirement for USNS RAPPAHANNOCK (T-AO 204) to all shipyard firms in the Seventh Fleet Area of Responsibility (AOR). The MTA is tentatively scheduled in the end of calendar year 2026 for a ship repair availability to be performed at a contractor shipyard in the Seventh Fleet AOR.
See the attached Work Item Index for the anticipated MTA requirement.
To be eligible for award, the offeror must have an active registration in the System for Awards Management (SAM.gov). Firms with inactive registrations will not be considered for award. Firms must be authorized to do business in the country of performance.
For ship repair firms who has participated or performed a MTA or ROH requirement for FLCY Site Singapore, should respond and indicate interest in participating on the upcoming solicitation process.
For firms that have not previously participated in a solicitation or have not received a contract award from the Government, should submit a capability statement in accordance with the instructions below.
Submission Instructions for Capability Statement:
Ship repair firms interested in participating in the solicitation process should submit the capability statement, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of at least one point of contact.
The capability statement should include a brief description of your firm, shipyard location, and the capabilities to perform a major ship repair overhaul at the shipyard. Highlight relevant work performed that corresponds with the requirements listed in the attached Work Item Index and include contract types, dollar value of work performed, number of employees, and the number of years your ship repair firm has been in business. Also include your firm’s website address, and if applicable, experience repairing U.S. Navy ships. Response should be five (5) pages or less.
Please respond or email the capability statement to the Contracting Officer, Mr. Gerry Polohanan at gerry.c.polohanan.civ@us.navy.mil with “Capability Statement – Synopsis Response” in the subject field. All responses are due no later than fifteen (15) calendar days after the issue date of this synopsis notice. Telephone or fax submissions will not be accepted. The Government will only accept electronic submission of interest and capability.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.