- 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
RFI - TSVRON Fire Detection Systems
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 21, 2026. Industry: NAICS 561990 • PSC J012.
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 561990 (last 12 months), benchmarked to sector 56.
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.
View more for this contract3 more WD matches and 30 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 561990
Description
Request for Information (RFI)/Sources Sought Notice:
This is a Request for Information (RFI)/Sources Sought Notice in accordance with Federal Acquisition Regulation (FAR) 52.215-3 – Request for Information or Solicitation for Planning Purposes (OCT 1997). It constitutes neither a Request for Quote nor an Invitation for Bid. It does not restrict the Government to an ultimate acquisition approach. This RFI/Sources Sought Notice IS NOT A SOLICITATION or an expression of intent to issue a solicitation of any kind in the future. It should not be construed as a commitment by the Government for any purpose other than to gain the information requested. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. The Government will not pay for information, materials, and/or demonstrations received in response and is in no way obligated to respondents by or for any information received.
REQUIREMENT:
Carrier Strike Group Four (CSG4) is seeking information on services for Fire Detection System replacement. The Contractor shall provide engineering and technical services to survey the entire vessel (all decks, voids, and compartments) design and develop the following F size Naval Sea Systems Command (NAVSEA) system drawings in a commercial computer-aided design (AutoCAD) program.
The anticipated contract type is a Firm, Fixed Price.
The anticipated repair/rebuild completion date is 120 days after contract award.
The applicable North American Industry Classification System (NAICS) for this requirement is 561990- All other support services and the product service code (PSC) is J012- Maintenance/Repair/Rebuild of Equipment – Fire Control Equipment. Again, THIS IS NOT A REQUEST FOR QUOTE. This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses both small and large. If you are an interested business, FLCN would appreciate your assistance in providing a Statement of Capabilities to include the following:
1) Full business name
2) Cage code and Unique Entity Identifier (UEI)
3) Name, phone number, and e-mail address of a company representative the Government may contact for additional information
4) Size of business [based on the applicable NAICS code]: Large Business, Small Business, Small Disadvantaged, 8(a), HubZone, Woman-owned, Service Disabled Veteran-Owned, or other category
5) Statement as to whether business is actively registered in the System for Award Management (www.sam.gov)
6) Statement as to whether business is domestically or foreign owned (if foreign owned, please indicate country of ownership)
7) Recent and relevant experience. Describe ability to support the scope of the requirement(s) of sections of the Performance Work Statement. Include brief description(s) of any prior experiences that best illustrates your company’s qualifications related to performing the services in accordance with the PWS. Provide a Capability statement displaying the vendor’s ability to provide the required services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; capacity performed (Prime or Sub); contract period of performance; description of the relevant services provided AND the relevancy of the services to the proposed requirement; and a customer point of contact with corresponding telephone number and e-mail address.
Vendors possessing the requisite skills, resources and capabilities necessary to perform the stated requirements are invited to respond to this source sought notice/request for information via the submission of an executive summary. VENDORS ARE ENCOURAGED TO PROVIDE A RESPONSE. Submissions are not to exceed six (6) typewritten pages in no less than 12 font size. NOTE: Standard brochures and/or paraphrasing of the contents of this announcement will not be considered sufficient to demonstrate the capabilities of an interested party. In addition to the executive summary, industry feedback to the draft PWS is requested – all comments/ideas will be considered, although any questions/comments/ideas may not be responded to directly. The goal of such feedback is to consider suggestions that might enhance competition, improve the clarity of the requirement, leverage industry expertise or any other ideas that could result in an improved product.
If there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a quote as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage.
**Submissions are to be no more than 4 pages and no less than 12 point font. **
Responses should be emailed to christopher.d.whiteside2.civ@us.navy.mil and daniel.p.petro.civ@us.navy.mil by Tuesday, 21 April 2026 at 10AM.
All requests for further information must be made in writing via email. Telephone requests for additional information will not be honored. All questions and answers regarding this RFI/Sources Sought Notice will be posted as updates to this notice.
Disclaimer:
Proprietary information should be clearly marked. This is not a contract, request for quote, a promise to contract or a commitment of any kind on the part of the Government. The Navy will not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government. Respondents will not be notified of the results.
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.