Skip to content
Department of Defense

Engineering and Logistics Support (ELS)

Solicitation: N39430-26-RFI-ELS
Notice ID: 99f3082ea3d249f2b747d7c9c41b55dd
TypeSources SoughtNAICS 541330PSCR425Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyPostedFeb 02, 2026, 12:00 AM UTCDueMar 09, 2026, 10:00 PM UTCCloses in 15 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: {}. Response deadline: Mar 09, 2026. Industry: NAICS 541330 • PSC R425.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,252,754,538
Sector total $5,796,289,192,140 • Share 0.1%
Live
Median
$500,000
P10–P90
$33,008$3,417,426
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+27299%($4,221,823,842)
Deal sizing
$500,000 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
{}
Contracting office
Port Hueneme, CA • 93043-4301 USA

Point of Contact

Name
Marian Basa
Email
marian.c.basa.civ@us.navy.mil
Phone
8059823150
Name
Krystal Lopez
Email
krystal.l.lopez3.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVFAC
Office
EXPEDITIONARY WARFARE CENTER • NAVFAC SYSTEMS AND EXP WARFARE CTR
Contracting Office Address
Port Hueneme, CA
93043-4301 USA

More in NAICS 541330

Description

THIS IS A SOURCES SOUGHT SYNOPSIS. There is no solicitation available at this time. This Sources Sought Synopsis is published for information, planning and Market Research purposes only for the specified North American Industry Classification (NAICS) code of 541330, Engineering Services, assuming SBA assigned size standard of $25.5M. The Government will neither award a contract solely on the basis of this Sources Sought Notice nor will the Government reimburse the respondents for any costs associated with preparing or submitting a response to this Sources Sought Notice.

The Naval Facilities Engineering and Expeditionary Warfare Center Acquisitions (NAVFAC EXWC) is seeking qualified business sources to acquire services for engineering, integrated product support, and technical services to meet mission requirements. This planned procurement is intended to provide routine and surge capabilities with expertise necessary for all activities with the development, production, fielding, sustainment, and disposal of shore, expeditionary, and ocean systems across the lifecycle for Navy, US Marine Corp (USMC), Department of Defense (DoD), and other expeditionary customers at various locations worldwide (continental U.S., CONUS, and outside continental U.S., OCONUS). This announcement’s purpose is to obtain qualification statements from interested small businesses for performing the work described in the Sources Sought Notice.

This is a follow-on requirement for NAVFAC EXWC, the predecessor contract is Contract No. N39430-21-D-2206, which was awarded to Aktarius LLC, on 12 May 2021. NAVFAC EXWC contemplates awarding a single award, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for the services listed below. The work includes, but is not limited to the following:

  • Personnel Administration
  • Program Management
  • Lifecycle Integrated Product Support Services
  • Technical Services
  • Engineering Support and Services
  • Specialized Engineering Services (mechanical, civil, electrical, electronic, marine, naval architecture, ocean systems, system engineering, test and evaluation, and data analysis/analytics)
  • Technical Research and Position Papers
  • Engineering Support
    • Structural, Mechanical, Electrical, Pneumatic, and Hydro-Electrical Designs and Prototypes
    • Engineering and Lifecycle Sustainment Documentation Support
    • Warfighter Support Services
    • Safety and Service Advisories and Bulletins
    • Technical Assistance to Supported Commands (repair, maintenance, administrative)
    • Software and Engineering Support Services
    • Engineering for Electronic/Electrical/ and Control Systems
    • Conduct Engineering Investigations
    • Develop Prototype Solutions
    • Perform Test and Evaluations of Shore, Ocean, and Expeditionary Systems
    • Validate, Report, and Investigate Suitability of Alterations
    • Develop Designs and Engineering Analysis Supporting EXW Platforms
    • RDT&E Programmatic, Engineering, and Test Support
    • Amphibious Engineering Analysis
    • Weight and Moment Plan Evaluation
    • Civil Engineering Support
    • Integrated Product Support
    • Acquisition of Engineering and Lifecycle Integrated Product Support
    • Programmatic Support
    • Analysis Support
    • Integrated Product Support Management
    • Product Support Analysis and Logistics Product Data Development
    • Integrated Product Support Documentation
    • Risk Management Support Program
    • Configuration Management Support and Planning
    • Configuration Identification
    • Configuration and Data Management (CDM) Task Status Information Report
    • Configuration Change Management (CCM)
    • Configuration Status Accounting (CSA)
    • Configuration Verification and Audit (CVA)
    • Engineering Drawings
    • Ship Checks
    • Configuration Overhaul Planning (COP)
    • Design Interface Standardization and Interoperability
    • Reliability Prediction
    • Quality Assurance
    • Sustaining Engineering
    • Fleet Technical Support
    • Reliability, Availability, Maintainability and Cost and Supportability
    • Life Cycle Cost Analysis
    • Maintainability Prediction
    • Failure Reporting, Analysis, and Corrective Action System (FRACAS)
    • Post-Production Support/Analysis
    • Business Case Analysis
    • Post-Production Support Plan (PPSP)
    • Maintenance Planning and Management
    • Organization Level Maintenance Development
    • Reliability Centered Maintenance (RCM)
    • Intermediate and Depot Level Maintenance Management
    • Manpower and Personnel
    • Supply Support
    • Data Right Analysis
    • Warranty Agreements Management
    • Interim Supply Support
    • Provisioning Technical Documentation and Provisioning Plans
    • Technical Data Support & Technical Manual Research
    • Training and Training Support
    • Computer Resources Support
    • Facilities and Infrastructure Services and Support
    • Packaging, Handling, Storage, and Transportation (PHS&T)
  • Quality Control Plan
    • Technical Data Services
    • Data Management
    • Data Analytics
  • Budget and Financial Analysis Support
  • Risk Management Plan
  • Public Affairs Office (PAO) Support Service
    • Marketing Management
    • Writing and Editing
    • Event Media Coordination
    • Print Production
    • Graphic Design
    • Photography
  • Information Technology Support Services
    • Operations and Maintenance
    • Operations and System Support
    • Application Maintenance
    • Help Desk Support
    • IT Documentation Support
    • Portfolio Development
    • New Systems Development
    • Cloud Computing
    • Cybersecurity Support
    • Cybersecurity Operations
    • Cybersecurity Documentation Support
    • Technical Support Services
  • Administrative Support Services
    • Office Administration
    • Procurement Support
  • Environmental Support Services
    • Environmental Engineering Support
    • Investigations
    • Remedial/Removal Actions
    • Operations and Maintenance
    • Cost Estimating
    • Community/Restoration Advisory Board Support
    • Land/Range Use Control Support
    • Records and Records Management Support
    • Environmental Field Sampling and Laboratory Analytical

The Performance Work Statement (PWS) will provide more detail on the requirements for each of the aforementioned scope. The required services are to be accomplished under a blended cost-reimbursable and firm-fixed-price basis. The Government has established a competitive 8(a) set-aside, restricted to eligible participants in the SBA's 8(a) Business Development Program in accordance with FAR 19.8. In the event of any conflict between regulatory requirements or subsequent changes to this FAR Part, the FAR shall take precedence. 

The duration of the contract will be limited to 60-month ordering period plus an option to extend for six months from the date of an initial contract award. The aggregate value of the contract award resulting from the synopsis shall result in approximate total value of $75M. A minimum guarantee of $10,000 for the entire contract term will be satisfied by the award of an initial Task Order. Multiple Task Orders may be awarded with similar delivery schedules requiring the firm to provide services with overlapping work/delivery dates.

Individual Task Orders are expected to range, on average, between $50,000 and $1,000,000.

The purpose of this sources sought synopsis is to obtain additional information from interested/qualified sources. The applicable North American Industry Classification (NAICS) Code is 541330 Engineering Services (size standard $25.5M). Offerors shall have no less than five (5) years’ experience in providing these types of services. At a minimum, provide the following information in your submittal:

All interested sources are requested to complete the attached Sources Sought Information Sheet. The specific information NAVFAC EXWC seeks at this time are as follows:

1. Name, brief description of company, and company’s technical capability. The capability statement shall succinctly describe the company’s ability to fulfill the requirements described.

2. Provide a minimum of two (2) projects describing the company’s relevant experience. Information on relevant experience shall not exceed two (2) pages. Discuss the company’s experience including the type of services described, whether as a prime or subcontractor, and include the contracting agency and brief description of the contract scope of work.

3. Current security clearance level held or company’s eligibility status for obtaining a security clearance.

4. Name and address of company and contact information/point of contact.

5. CAGE code and Unique Entity ID (UEI).

6. Statement as to small business program size status relative to the above NAICS Code and identification of any existing contract vehicles currently in place which may be used and fit the proposed contract scope. Indicate all small business designations for which your company is currently certified.

7. Possible teaming arrangements: If you are responding as a prime contractor, provide anticipated subcontractors and their business size under the identified NAICS code. If you are responding as any other business or teaming entity, please identify the entity and the business size under the NAICS code, if known (eg: Partnership, Joint Venture, LLC).

8. Confirm your company intends to submit a formal response to the Government’s solicitation within 30 calendar days of RFP release.

9. Confirm your company maintains a Defense Contract Audit Agency (DCAA) approved accounting system and describe your experience in executing cost-reimbursable contracts.

It is anticipated that the primary North American Industry Classification Systems (NAICS) Code for this requirement is 541330 – Engineering Services, with a size standard of 25.5 million. All interested sources shall specify their business size standard. In addition, small business concerns shall also specify their small business socio-economic category/categories.

This sources sought synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), and is not to be considered as a commitment by the Government for any purpose other than market research,  nor does this issuance restrict the Governments acquisition approach. Respondents will not be notified of the results of the evaluation. 

The Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. All submittals received will be reviewed for informational purposes. The Government reserves the right to independently verify all information submitted. Submit required information electronically to the following Government personnel:

Pre-submission inquiries must be submitted no later than 1500 PT, Friday 20 February 2026.

Contract Specialist – Marian Basa

Email – marian.c.basa.civ@us.navy.mil

Contracting Officer – Crystal Brooks

Email – crystal.s.brooks2.civ@us.navy.mil 

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.