Skip to content
Department of Defense

PNSY Maintenance and Repair of Facility Response Team (FRT) Vessels and Trailers

Solicitation: N3904026PNSY5139
Notice ID: 9557f3bffc50486f951f8cd65700aa45
TypePresolicitationNAICS 336611PSCJ019Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyPostedMar 11, 2026, 12:00 AM UTCDueMar 27, 2026, 04:30 PM UTCCloses in 13 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: 03904. Response deadline: Mar 27, 2026. Industry: NAICS 336611 • PSC J019.

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: N3904026PNSY5139. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$11,395,605,770
Sector total $24,338,979,447 • Share 46.8%
Live
Median
$743,983
P10–P90
$36,398$114,021,616
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
46.8%
share
Momentum (last 3 vs prior 3 buckets)
+135%($4,599,941,929)
Deal sizing
$743,983 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 →
Live POP
Place of performance
03904
Contracting office
Portsmouth, NH • 03801-5000 USA

Applicable Wage Determinations

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

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Bob Watters
Email
robert.watters@navy.mil
Phone
2074382205

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA SHIPYARD • PORTSMOUTH NAVAL SHIPYARD GF
Contracting Office Address
Portsmouth, NH
03801-5000 USA

More in NAICS 336611

Description

1. SYNOPSIS

This is a SOURCES SOUGHT NOTICE for market research purposes only. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified businesses, particularly certified small businesses, to perform the work described herein.

The Portsmouth Naval Shipyard (PNSY) has a requirement for preventative maintenance (PM) and unscheduled/emergency repair of seven (7) Facility Response Team (FRT) vessels and their associated trailers. The Government intends to award a firm-fixed-price contract with a not-to-exceed (NTE) line item for unplanned repairs. The anticipated period of performance is one (1) base year with one (1) one-year option period.

2. REQUIREMENT OVERVIEW

The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform scheduled preventative maintenance and unscheduled/emergency repairs on the FRT boats, trailers, and motors listed below.

Core requirements include:

  • Performing preventative maintenance on boats, motors, and trailers in accordance with the provided Statement of Work (SOW).

  • Executing unscheduled and emergency repairs as requested by the Government.

  • Providing certified technicians to perform maintenance and repairs on Honda and Yamaha outboard engines and Westerbeke generators.

  • Capability for pickup and delivery of vessels via water is required. All primary work will be completed at the contractor's facility.

  • Providing detailed written estimates for all unplanned work, with costs broken down by labor and materials, for Government approval prior to commencing work.

  • Ensuring vessels are maintained in a state of operational readiness and are available for Government use upon request.

  • Adherence to strict security protocols for access to Portsmouth Naval Shipyard, including requirements for personnel to be U.S. citizens.

Government Furnished Equipment for Maintenance:

Manufacturer / SizeEngine TypeSeaArk 23’ BoatSingle Yamaha 225 HP OutboardMetal Shark 25’ BoatTwin Yamaha 115 HP OutboardsSeaArk 30’ Platform BoatTwin Yamaha 150 HP OutboardsKvichak 30’ Skimmer BoatTwin Yamaha 90 HP OutboardsMetal Shark 30’ Platform BoatTwin Yamaha 150 HP OutboardsMetalCraft 30’ Platform BoatTwin Yamaha 150 HP OutboardsMetalCraft 25’ BoatTwin Yamaha 115 HP Outboards

The requirement also includes maintenance for seven (7) associated boat trailers of various makes (JDCI, Evolution, Venture, Carnai, BoatMaster, EZ Loader).

3. PURPOSE OF NOTICE & REQUESTED INFORMATION

The Government is seeking to identify qualified and interested businesses capable of performing this work. This information will be used to determine the appropriate acquisition strategy, including consideration for a small business set-aside (e.g., Small Business, 8(a), HUBZone, Service-Disabled Veteran-Owned, or Woman-Owned Small Business).

Interested parties are requested to submit a Capability Statement that addresses the following:

  1. Company Information:

    • Company Name and Address

    • Unique Entity ID (UEI) and CAGE Code

    • Company point of contact (name, email, phone)

    • Business size and all applicable socio-economic statuses (e.g., Small Business, WOSB, SDVOSB, HUBZone, etc.).

  2. Technical Capability:

    • A narrative describing your company’s ability to meet the full scope of the requirement.

    • Provide evidence of possessing trained/certified technicians for Yamaha and Honda outboard engines and Westerbeke generators.

    • Describe your maintenance facility, including its security measures for storing government assets and its capability for pickup and delivery of boats via water.

    • Confirm your company's ability to meet all security requirements, including providing U.S. citizen personnel for any on-base work at PNSY.

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.