- 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
Avian Waste Abatement and Removal Services at Building 1055, NUWC Keyport
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: WA. Response deadline: Mar 31, 2026. Industry: NAICS 561210 • PSC S216.
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 561210 (last 12 months), benchmarked to sector 56.
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 37 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 561210
Description
Amendent 0002 Posted on 19 March 2026 answering various vendor inquiries.
Amendent 0001 Posted on 05 March 2026 answering various vendor inquiries.
Naval Undersea Warfare Center Division (NUWC) Keyport is soliciting for Avian Waste Abatement, Removal, and Cleaning services at Building 1055, located at NUWC Keyport, WA. This requirement is being issued as a combined synopsis/solicitation for commercial items in accordance with FAR 12.1, as supplemented with additional information included in the attached solicitation. This announcement constitutes the only solicitation. There is no applicable Defense Priorities and Allocations System (DPAS) rating for this requirement. The solicitation, issued as request for quotation (RFQ) N0025326Q0007, is attached to this announcement. The proposed contract is 100% set aside for small business concerns. The applicable North American Industry Classification System (NAICS) code for this requirement is 561210 and has a size standard of $47,000,000. Offerors are required to provide FOB Destination pricing to NUWC Keyport, WA 98345-7610.
Requirements and evaluation procedures are listed in the attached solicitation, which is required to be filled out in its entirety and returned before the solicitation closes. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Questions and offers should be submitted via e-mail to dane.a.jacobson3.civ@us.navy.mil & kaci.j.campbell.civ@us.navy.mil. No paper copies will be accepted. Only digital copies sent via email will be accepted. Failure to complete all representations and certifications found within the solicitation and respond to this RFQ with associated amendments, if applicable, prior to the closing date and time established may render an offer non-responsive and result in rejection.
Company quote forms will NOT be accepted. All details regarding the vendor offer shall be documented in the RFQ. The government terms and conditions (T&C’s) listed in this solicitation are required by law through the Federal Acquisition Regulations (FAR) and the Department of Defense FAR Supplement (DFAR). It is preferred that company T&C’s not be included with your quote submittal as many company T&C’s are inconsistent with federal law and unenforceable.
Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the solicitation. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://acquisition.gov/far/ . Download the Defense Federal Acquisition Regulations (DFARS) at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The offeror must have a current registration and completed representations and certifications in the System for Award Management (SAM) at website https://sam.gov/ which is a federal government owned website.
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.