Skip to content
Department of Defense

RE-CUBING PROJECT

Solicitation: N0003026AA0001
Notice ID: 786f1846139644e0a6a77d8da86f55e2
TypeSources SoughtNAICS 238390PSCN072Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateDCPostedFeb 19, 2026, 12:00 AM UTCDueMar 04, 2026, 09:00 PM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Mar 04, 2026. Industry: NAICS 238390 • PSC N072.

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: N0003026AA0001. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 238390 (last 12 months), benchmarked to sector 23.

12-month awarded value
$6,917,842
Sector total $37,277,024,776 • Share 0.0%
Live
Median
$3,458,921
P10–P90
$716,842$6,201,000
Volatility
Volatile159%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($6,917,842)
Deal sizing
$3,458,921 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 DC
Live POP
Place of performance
Washington Navy Yard, District of Columbia • 20374 United States
State: DC
Contracting office
Washington Navy Yard, DC • 20374-5127 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Alex Angulo
Email
alex.angulo-avila.@ssp.navy.mil
Phone
Not available
Name
Scott Comeau
Email
scott.comeau@ssp.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
SSP
Office
STRATEGIC SYSTEMS PROGRAMS
Contracting Office Address
Washington Navy Yard, DC
20374-5127 USA

More in NAICS 238390

Description

FY26 SPHQ Bldg. 200 Suite 3700 re-cubing project

1.0       Product Service Code (PSC) 

N072 - Installation of Equipment-Household and Commercial Furnishings and Appliances

2.0       North American Industry Classification System (NAICS) Code 

238390 - Other Building Finishing Contractors

3.0       Contracting Office Address

Strategic Systems Programs (SSP)

1250 10th Street, Suite 4600

Washington DC 20374

4.0       Synopsis

This is a SOURCES SOUGHT NOTICE (SSN) announcement.  SSNs are issued to assist the Agency in performing market research to determine industry interest and capability.  No proposals are being requested or accepted with this synopsis.  THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Therefore, no proposals are being requested or accepted in response to this SSN.

5.0       Purpose

In accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10, SSP is conducting market research to determine if sources are capable of successfully performing the requirements identified in this SSN. Specifically, SSP is seeking capable firms to remove and replace the existing systems furniture in Suite 3700 with new 6x7' cubicles to accommodate increasing staffing levels of personnel. New conference room furniture and collaboration space furniture is also required. During the renovation it is required that all carpeting in Suite 3700, be removed and replaced with 2x2' carpet tiles and all walls be repainted as identified in the enclosure (1) SSN Statement of Work (SOW) cited in paragraph 8.0 below.

The contract type will be Firm Fixed Priced.

The Period of Performance (POP) will be 01September 2026 – 31 August 2027.  

NOTE: Given the highly technical nature of SSP’s mission set as a major weapons systems command and corresponding technical requirements, respondents must provide recent and relevant past performance data (as detailed below) to demonstrate and substantiate the respondents ability to successfully execute requirements detailed in this SSN.

6.0       White Paper Capability Statement Credentials

  1. SSP is seeking detailed, complete, and thorough White Paper capability statements from interested firms who can demonstrate and document, with evidentiary support, that they 1) possess the minimum qualifications and experience identified in paragraph 7.0 which are critical to the successful execution of the requirements, and 2) demonstrate recent and relevant experience, as the Prime contractor (or subcontractor) performing the same/similar efforts of the same/similar scope, size, and complexity to the enclosure (1) SSN SOW requirements identified in paragraph 8.0.  Interested firms must demonstrate their existing capability, or potential to acquire the capability, to meet the enclosure (1) SSN SOW requirements by the time of contract award, estimated to be 01 September 2026.
  2. SSP is also requesting the statements to include GSA Contract numbers which may be able to support your Capability Statement.

6.1       Small Business Concerns

IAW FAR Subpart 19.2 Polices, SSP seeks to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns.  Small Business Concerns who possess the minimum qualifications and experience identified in paragraph 7.0 and who can demonstrate its concerns’ capability (or ability to obtain the capability by the contract award date) to execute the complete requirements identified in the enclosure (1) SSN SOW in paragraph 8.0, as well provide the requisite past performance experience detailed in Section 9.0, are encouraged to respond to this SSN.  

If a small business concern intends to partner with another entity, the small business concern must identify which specific enclosure (1) SOW efforts/tasks it intends to perform, as well as the specific efforts/tasks the partner will perform, with the substantiating data required in this SSN supporting the identified partnering roles and responsibilities.  NOTE: 100% of the enclosure (1) SOW and SSN requirements must be addressed in any submitted partnering submittal, if obtainable

NOTE:  In the event this contract is set aside for small business concerns, the small business concern agrees that it will be in strict compliance and conformance with the percentage payment limitations for services, supplies, or construction (as applicable) to subcontractors that are not similarly situated entities in accordance with FAR 52.219-14 Limitations on Subcontracting and state such in their response.  

7.0       Minimum Qualifications / Experience Requirements

Interested firms shall document and submit specific and evidenced / demonstrated possession of the minimum qualifications and experience requirements in the technical areas identified in bullets a through d below which are critical to the successful execution of the enclosure (1) SSN SOW requirements in paragraph 8.0.  This experience shall be documented as specified in paragraph 9.0. Minimum qualifications include the demonstrated ability to provide all labor, material, equipment, and supervision to demo, remove and properly dispose of modular furniture. Order, deliver and install new modular furniture, to include reconnecting electrical and IT lines, as specified in accordance with contract documents, including protection and cleanup. The demonstrated ability Provide all labor, material, equipment, and supervision to demo, remove and dispose of existing carpet and order, deliver and install new carpet tiles. Provide adequate staffing of qualified individuals who are documented US Citizens or US Green Card holders only.  Qualifications statements should address the following experience:

  1. Facility site planning and conceptual design;
  2. development of project documentation (including cost-estimating and required attachments);
  3. multi-discipline reviews of engineering designs and other technical documentation; construction oversight;
  4. DoD, Navy and OSHA safety policy requirements and operations;

Note: This requirement will entail the development and delivery of Digital Engineering (DE) CDRLS.  Firms must identify their present capability to develop and deliver DE CDRL items.

8.0       Description of Requirements 

See enclosure (1) SSN SOW Requirements. 

9.0       Evidentiary Qualifications/Experience Documentation Requirements

Interested firms must possess the requisite minimum qualifications and experience identified in paragraph 7.0 and demonstrated relevant and recent experience as it relates to the enclosure (1) SOW requirements in paragraph 8.0. White Paper Capability statements must include all of the content and details identified below:

9.1       Minimum Qualifications / Experience Requirements Validation

White Paper Capability statement submissions shall include a discrete section with the heading “Minimum Qualifications / Experience Requirements” and document, with specific information, each of the minimum qualifications identified in paragraph 7.0.  This section may cite contract reference efforts detailed in Table A of paragraph 9.2 below provided that respondents provide context and rationale as to how that contract reference effort(s) demonstrate possession of the applicable Minimum Qualifications / Experience requirements of bullets a through d identified in paragraph 7.0 – or have capability of obtaining by contract award.

9.2       Relevant & Recent Experience / Supporting Narratives

In addition to demonstrating possession of the requisite Minimum Qualifications / Experience requirements identified in paragraph 7.0 above (or have capability of obtaining by contract award), interested firms shall demonstrate relevant and recent experience performing the same or similar efforts and or completion tasks (as applicable) to the enclosure (1) SSN SOW requirements in paragraph 8.0.  Relevant experience is defined as performing efforts/tasks similar in scope, size, and complexity as the enclosure (1) SSN SOW requirements with an annual incurred cost/expense of at least $2.5M.  Recent experience is defined as work performed within 5 years of the SSN posting date.  To substantiate the performance of relevant and recent efforts/tasks to the enclosure (1) SSN SOW requirements, White Paper Capability statements shall provide a list of current or previous contract references and the efforts/tasks performed thereunder detailing and evidencing a direct correlation of the contract reference efforts/tasks to the enclosure (1) SSN SOW using the specific outline provided in Table A below.  Submitter’s responses to the Table A SSN CLIN SOW outline shall include the following information per individual contract reference:

  1. Summary of relevant work performed and how that specific work demonstrates capability to perform the specific requirements identified in the enclosure (1) SSN SOW requirements;
  2. Current / Prior Contract Number(s) and Customer/Agency Supported;
  3. Identification of your role as the Prime or Subcontractor;
  4. Contract Type;
  5. Period of performance of the specific contract reference effort performed;
  6. Quantity of FTE personnel utilized on the specific contract reference effort, per annum, with distinction and FTE quantities identified between the respondents FTE employees and any subcontractor FTE employees;
  7. Net Dollar value (base and options) for each contract reference and the Annual Incurred costs for each contract reference provided which demonstrates the magnitude of those contract references in comparison to the annual estimated value cited in paragraph 9.2 above.  NOTE: solely citing an IDIQ ceiling amount or base and all options aggregate value without the annual incurred costs for the submitted contract reference(s) is NOT acceptable – amounts must be specific to the actual incurred costs for a Contract CLIN(s) or Individual Task Order(s), for the contract reference(s) cited in Table A below; and
  8. Customer point of contact with valid phone number and email.

10.0     Company Information and Deadline for Submittal

White Paper Capability statements shall be submitted in Microsoft Word for Office 2000 compatible format or PDF format and are due no later than March, 4th at 4:00pm EST.  The White Papers shall not exceed 10 pages in total, using 12-point Times New Roman and 1” margin and shall be submitted via e-mail scott.comeau@ssp.navy.mil; and alex.angulo-avila@ssp.navy.mil.

ALL White Paper Capability submittals shall include the following information “not” included in the aforementioned maximum 10-page limit:

  1. Company Administrative Information
    1. Company Name:
    2. Company Point of Contact (email and phone) and Title:
    3. Company Address:
    4. Unique Entity Identifier (UEI) No:
    5. Cage Code:
    6. GSA Contract numbers (If Applicable):
  2. Size of business, including; total annual revenue, by year, for the past five years and number of employees;
  3. Ownership, including whether: small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns;
  4. Number of years in business;
  5. Identification of the current security clearance held at your facility that will provide support to the enclosure (1) SOW requirements. 

Respondents to this SSN shall indicate which portions of their response are proprietary/business sensitive and should mark them accordingly.  It is the responsibility of the SSN respondent to monitor the sam.gov website for additional information pertaining to any potential acquisition.

11.0     Government Assessment

The White Paper Capability statement responses to this SSN must meet the requirements stated in the SSN and will be reviewed to determine whether each respondent is capable of performing the requirements.  This review will be based solely on the specific data and supporting content provided by the respondents in their White Paper Capability statement submissions and responses to any follow on clarification inquires submitted by the Government.  Incomplete or generalized White Paper Capability statements, without specificity as it relates to the SSN content requirements, omitted content, or content which fails to address all of the requirements of this SSN, will have a direct affect upon the Government’s assessment of the White Paper submittal.   The Government’s assessment will include, but is not limited to, the following:

(1) The respondent’s specific and evidenced / demonstrated possession of the Minimum Qualifications / Experience requirements identified in paragraph 7.0;

(2)  The respondent’s demonstrated ability to manage, as a Prime or Subcontractor, the types and magnitude of requirements identified in the enclosure (1) SSN SOW requirements based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity;

(3)  The respondent’s demonstrated technical ability, as a Prime or Subcontractor, to execute the enclosure (1) SSN SOW requirements based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity; and

(4)  The respondent’s demonstrated capacity to execute the enclosure (1) SSN SOW requirements based on their relevant and recent performance of same/similar efforts in terms of scope, size, and complexity, the quantity of personnel required, and the contract award date.

12.0     SSN Disclaimer

This SSN is issued solely for Market Research purposes.  It does not constitute a Request for Proposal (RFP) nor a promise to issue an RFP in the future.  This SSN does not commit the Government to solicit or award a contract.  The information provided in the SSN is subject to change and is not binding on the Government.  Respondents are advised that ALL costs associated with responding to this SSN, including any requests for follow-up information, will be solely at the interested parties’ expense and the Government will not pay for any information or costs incurred or associated with submitting a SSN White Paper Capability statement or follow-on responses. 

The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (e.g., small business, service-disabled veteran-owned small business, 8(a), HUBZone small business, and women-owned small business programs).

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.