- 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
Declassification Support Services
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Apr 15, 2026. Industry: NAICS 541330 • PSC R425.
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 541330 (last 12 months), benchmarked to sector 54.
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 70 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541330
Description
SOURCES SOUGHT NOTICE
Note: Despite this source sought notice being posted to SAM.gov, it is anticipated that this follow-on requirement will again be solicited under the SeaPort contracts. As such, it is requested for vendors responding to the SAM.gov posting to indicate if the firm is currently awarded, or intends to pursue an award of, a SeaPort-NxG contract.
This announcement constitutes a Sources Sought Synopsis for market research information and planning purposes to identify the availability of potential sources capable of providing technical and administrative support services for declassification review, action processing, and tracking of record material for the Joint Staff Declassification Branch. Refer to the attached draft Performance Work Statement (PWS) file, which provides details on all the requirements. All aspects of the requirement, to include the estimated level of effort and periods of performance, are subject to future revisions.
This requirement is a follow-on to existing Task Order, N0018923F3022, performed by QualX Corporation and was previously solicited and awarded under Seaport-NxG. The results of this market research will contribute to determining the method of procurement for the follow-on acquisition. Award of the resultant task order is anticipated to occur prior to May 2026, with services tentatively scheduled to commence by 25 May 2026. The applicable NAICS code and size standard are 541330 for Engineering Services and $25.5 million respectively.
Prospective quoters possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this market research survey/sources sought synopsis via the submission of a tailored executive summary, no more than five (5) pages in length. The submission should include the following information:
- Company Information: Company name; address; email address; web site address/URL; point of contact name; and phone number. Please also indicate if the identified prospective quoter would be performing in the capacity of a prime or subcontractor. If significant subcontracting or teaming is anticipated, prospective quoters should address the administrative and management structure of such arrangements.
- CAGE Codes: Contractor and Government Entity (CAGE) Codes for all prime and subcontractor prospective quoters.
- Business Size: Size of business for all prime and subcontractor prospective quoters - Large Business, Small Business, Small Disadvantaged Business, 8(a), Hubzone, Woman-owned, Veteran-Owned, Service Disabled Veteran-owned, etc.
- Capability and Past Performance: A tailored capability statement displaying the prospective quoter’s ability to perform the PWS requirements. When providing past performance information, please include only relevant past performance on the same or similar work within the last five (5) years. This information should identify the applicable contract number, total contract dollar amount, period of performance, description of the services provided, and a customer point of contact with a corresponding telephone number and e-mail address. If subcontractor past performance is provided, clearly detail the aspects of the requirement the subcontractor supported.
All submissions are required to be submitted via e-mail to david.m.benham.civ@us.navy.mil no later than 5:00 PM ET on 16 April 2026. Please direct any questions concerning this sources sought synopsis to David Benham via email.
This announcement constitutes a sources sought synopsis for written information only and is not to be construed in any way as a commitment by the Government. This is not a solicitation announcement for proposals or quotes, and a contract will not be awarded from this announcement. The Government will not pay for the information received in response to this announcement. Respondents will not be notified of the results. The information contained within this notice may be updated or changed prior to the issuance of an official solicitation.
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.