Skip to content
Department of Defense

Fire Watch/Tank Watch

Solicitation: N4215826QS005
Notice ID: 96f3bb0d86fb440c82eb43f718af0a38
TypeSolicitationNAICS 336611PSCJ998Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateVAPostedFeb 23, 2026, 12:00 AM UTCDueMar 04, 2026, 04:00 PM UTCCloses in 9 days

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 04, 2026. Industry: NAICS 336611 • PSC J998.

Market snapshot

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

12-month awarded value
$10,593,880,397
Sector total $20,354,308,656 • Share 52.0%
Live
Median
$855,039
P10–P90
$45,999$21,186,181
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
52.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($10,593,880,397)
Deal sizing
$855,039 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 VA
Live POP
Place of performance
Portsmouth, Virginia • 23709 United States
State: VA
Contracting office
Portsmouth, VA • 23709-1001 USA

Point of Contact

Name
Melissa White
Email
melissa.e.white13.civ@us.navy.mil
Phone
7579673005
Name
Alicia Almberg
Email
alicia.l.almberg.civ@us.navy.mil
Phone
7573967756

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA SHIPYARD • NORFOLK NAVAL SHIPYARD GF
Contracting Office Address
Portsmouth, VA
23709-1001 USA

More in NAICS 336611

Description

Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the Fire Watch/Tank Watch Labor Support. The required items are for commercial items prepared in accordance with the information in FAR part 13.5.

This requirement will be solicited as a 100% Total Small Business Set-Aside. The North American Industry Classification Standard (NAICS) code applicable to this procurement is 336611. The small business-size standard is 1300 (# of employees). The Product Service Code is J998.

The tentative period of performance for this acquisition is anticipated to begin May 1, 2026 through April 30, 2027.

AMENDMENT UPDATE 2/23/2026

The purpose of this amendment is to:
I. Update the CLINS to reflect the additional number of hours needed to accommodate the shift in the period of performance.
II. Add the updated Performance Work Statement with corrected hours.
III. Extend the solicitation closing date and time to 11:00 AM EST on March 4th, 2026.
IV. All other terms and conditions are to remain the same

- Updated the pricing sheet to show updated hours. 

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Amendment Update 2/19/2026

The purpose of this Amendment is to:

I. Extend the solicitation closing date and time to 11:00 AM EST on March 2nd, 2026.

II. Update the Periods of Performance (PoPs) as reflected in the REVISED solicitation documents.

III. Revise FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services, to require that quotes remain valid for 120 days rather than 60 days.

IV. Revise FAR 52.212-2, Evaluation--Commercial Products and Commercial Services, to require that quotes remain valid for 120 days rather than 60 days.

V. All other terms and conditions of this solicitation remain unchanged and in full effect.

UPDATED AMENDMENT - 1/29/2026 

The following was added: 

I have updated Attachment 16 and have attached it with a clarification for question 1.

Amendment 1 was done on 1/29/2026 to update the solicitation. The following was updated:

1. Option was removed from CLIN lines 002-007. There is no option.

2. The PWS was updated to correct section 10 to state: All contractors executing this contract are required to have a minimum security clearance of Secret.

3. Added Attachment 16 - Questions & Answers 

Attachments are as follows:

Attachment 1 – Performance of Work

Attachment 2 – OPSEC Plan

Attachment 3 – DD 254 

Attachment 4 – Wage Determination 

Attachment 5 – Pricing Sheet 

Attachment 6 – Capacity Sheet

Attachment 7 – QASP

Attachment 8 – CDRL A001

Attachment 9 – CDRL A002

Attachment 10 – CDRL A003

Attachment 11 – CDRL A004

Attachment 12 – CDRL A005

Attachment 13 – CDRL A006

Attachment 14 – CDRL A007

Attachment 15 – CDRL A008

Attachment 16 - Questions & Answers 

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.