Skip to content
Department of Defense

Immersion Tank Replacement at FRCE

Solicitation: N68520-26-SIMACQ-JC00000-0172
Notice ID: 9690dda070d14a33abcc12617fb30646
TypeCombined Synopsis SolicitationNAICS 333248PSC4940Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateNCPostedMar 19, 2026, 12:00 AM UTCDueMar 26, 2026, 09:00 PM UTCCloses in 7 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Mar 26, 2026. Industry: NAICS 333248 • PSC 4940.

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: N68520-26-SIMACQ-JC00000-0172. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 333248 (last 12 months), benchmarked to sector 33.

12-month awarded value
$909,293
Sector total $25,110,855,450 • Share 0.0%
Live
Median
$34,055
P10–P90
$30,805$441,630
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+3408%($858,893)
Deal sizing
$34,055 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 NC
Live POP
Place of performance
Cherry Point, North Carolina • United States
State: NC
Contracting office
Patuxent River, MD • 20670 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
NC20260059 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026North Carolina • Stanly
Rate
PIPEFITTER (Excluding HVAC System Installation)
Base $31.66Fringe $12.69
Rate
BRICKLAYER
Base $19.09Fringe $8.73
+21 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 21 more rate previews.
Davis-BaconBest fitstate match
NC20260059 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Stanly
Rate
PIPEFITTER (Excluding HVAC System Installation)
Base $31.66Fringe $12.69
Rate
BRICKLAYER
Base $19.09Fringe $8.73
Rate
CARPENTER (Drywall Hanging Only)
Base $18.13Fringe $1.31
+20 more occupation rates in this WD
Davis-Baconstate match
NC20260061 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Ashe, Clay, Graham +10
Rate
PIPEFITTER (Excluding HVAC System Installation)
Base $31.66Fringe $12.69
Rate
BRICKLAYER
Base $18.45Fringe $4.18
Rate
CARPENTER (Drywall Hanging Only)
Base $17.59Fringe $2.31
+18 more occupation rates in this WD
Davis-Baconstate match
NC20260060 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Watauga
Rate
PIPEFITTER (Excluding HVAC System Installation)
Base $31.66Fringe $12.69
Rate
BRICKLAYER
Base $18.45Fringe $4.18
Rate
CARPENTER (Drywall Hanging Only)
Base $17.59Fringe $2.31
+18 more occupation rates in this WD
Davis-Baconstate match
NC20260019 (Rev 1)
Open WD
Published Jan 30, 2026North Carolina • Alamance, Alexander, Alleghany +97
Rate
CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+17 more occupation rates in this WD

Point of Contact

Name
Jeffrey Smith
Email
jeffrey.t.smith6.civ@us.navy.mil
Phone
Not available
Name
Adam Coombs
Email
adam.c.coombs.mil@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR HQS • FLEET READINESS CENTER
Contracting Office Address
Patuxent River, MD
20670 USA

More in NAICS 333248

Description

***QUESTIONS & ANSWERS***

1.  Lifting System / Parts Handling Intent

QUESTION:  SOW Section 3.3.2 references a platform that will raise and lower utilizing a hydraulic system with minimum 3-inch linear shafts and bearings mounted to the machine base.

Please confirm whether the Government intends the replacement system to include:

  1. an integrated vertical lifting platform as part of the immersion tank system; or
  2. a separate external lifting/handling arrangement.

ANSWER: An integrated platform.

If the 4,000-lb parts are expected to be loaded using existing shop equipment, please advise whether any specific loading interface, clearance, or protection features should be incorporated into the replacement design.

2.  Lift System Power Basis and Intended Use of Compressed Air

QUESTION:  Please clarify how the platform lift system is intended to relate to the facility compressed air referenced in SOW Section 3.7.10.

Please confirm:

whether the primary lift system is intended to be hydraulic, pneumatic, or hybrid;

ANSWER:  Hydraulic lift system.

if the lift system is hydraulic, what function compressed air is intended to serve within the replacement immersion tank system.

ANSWER:  None. It is standard to include compressed air connections within the area if needed.

If compressed air is intended for a defined process function such as valve actuation, agitation, blowoff, or another equipment function, please identify that intended use so offerors can align system design and pricing accordingly.

3.  Lifting System / Alternative Handling Approach

QUESTION:  SOW Section 3.3.2 references a platform that will raise and lower utilizing a hydraulic system with minimum 3-inch linear shafts and bearings mounted to the machine base.

To align the quotation with the Government’s intended handling approach, please confirm whether offerors are required to provide an integrated lifting platform as part of the immersion tank system, or whether the Government will consider functionally equivalent alternative handling methods that achieve safe loading, immersion, and unloading of the required parts.

ANSWER:  No, we will not accept alternative methods other than what is stated in the SOW.

For example, would the Government consider an approach in which the immersion tank is decoupled from the lifting mechanism and parts handling is performed by a dedicated gantry crane, manipulator, or other external lifting system designed for loading and unloading operations?

If alternative approaches are acceptable, please advise whether the Government has any preferences or constraints regarding:

a. separation of the lifting system from the tank structure;

b. loading and unloading access;

c. part positioning accuracy during immersion; and

d. operator safety, maintenance access, and workflow around the tank.

(Annex 1 provided for context and illustration of such alternative)

4.  Air Emissions Permitting

QUESTION:  Please advise whether the existing immersion strip tank in Shop 93113 operates under any current/existing air emissions permitting requirements, and whether any permit update is anticipated in connection with the replacement system.

ANSWER:  System is a one for one replacement so no additional permits should be required. System is only replacing existing duct work.

If permit-related coordination is anticipated, please advise how the Government expects offerors to address that in their quotations and performance.

5.  Hazardous Area Classification / Electrical Design Basis

QUESTION:  Please advise whether a hazardous area classification has been established for the immersion tank work area in Shop 93113 and, if so, whether any applicable classification or reference information is available for offerors to use in preparing the electrical design. This includes whether explosion-proof electrical systems are required at the installation area.

ANSWER:  No hazardous area classification has been established for the immersion tank work area.

6.  Existing Survey / Reference Information

QUESTION:  If available, please provide or confirm the availability of any of the following existing reference information relevant to the replacement work:

   a.  prior lead-based paint or asbestos survey information for the existing tank, connected piping, ductwork, or associated insulation;

ANSWER:  3.7.4 Requires lead and asbestos testing by the vendor.

     b.  Please advise whether any floor slab or structural information is available for the installation location in Shop 93113 sufficient to confirm support of the replacement immersion tank system under operating load. If available, please provide any relevant structural reference information, including known slab bearing capacity limitations or subsurface conditions that could affect installation.

ANSWER:  Non-Available at this time.

     c.  shop photographs showing the tank area, surrounding equipment, access path, overhead conditions, and visible utility connections; and

ANSWER:  Photos are not available of the production area.

     d.  confirmation whether Drawing PE-22152 supersedes the SOW reference to PE-22110, or whether PE-22110 is a separate drawing that should also be provided.

ANSWER:  PE-22152 is the only drawing for this project. PE22110 is a misprint and will be corrected in the SOW.

7.  Evaluation of Technical Submission

QUESTION:  Because the solicitation requires quotation drawings under SOW Section 3.6.7, please clarify how those drawings will be reviewed as part of quotation evaluation. Please confirm:

     a.  whether quotations will be evaluated on a lowest-price technically acceptable basis, or another basis;

ANSWER:  Lowest-price technically acceptable.

     b.  whether the equipment drawings are reviewed only for technical acceptability/compliance, or whether technical merit will be comparatively evaluated; and

ANSWER:  Technical acceptability/compliance.

     c.  whether any additional non-price factors beyond the submitted drawings will be considered in award.

ANSWER:  If the machine meets all technical requirements per the SOW the lowest-price technically acceptable will be reviewed.

REQUEST FOR QUOTE

The Commander, Fleet Readiness Center (COMFRC) Procurement Group (PG), in support of the Fleet Readiness Center East (FRCE) Marine Corps Air Station (MCAS) Cherry Point, North Carolina, intends to procure the replacement of one (1) Immersion Tank Wash System.  The install of the new system shall include the removal and DRMO of the old Immersion Tank, piping, and duct work up to connection with duct work at the inside wall.  

Please see N6852026Q1010 Solicitation attached to this notice for the full requirement description.  Please submit all questions via e-mail to jeffrey.t.smith6.civ@us.navy.mil.  All questions must be submitted no later than 3:00 Eastern Daylight Time, 27 March 2026.  It is the responsibility of the Offeror to ensure timely Government receipt in accordance with above.  The Government is not responsible for responses to questions for which the Offeror did not receive submission confirmation from the Government.  Responses to questions will be posted as an update to this announcement via this website.  It is the Offeror's responsibility to monitor this announcement for further information.  

Requests for Attachment D (Distribution D) shall be submitted to jeffrey.t.smith6.civ@us.navy.mil and adam.c.coombs.mil@us.navy.mil.  

DISCLAIMER - THIS ANNOUNCEMENT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED.  

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.