Skip to content
Department of Defense

annual maintenance services

Solicitation: ERP_PR_1301347392
Notice ID: a2b3c7c92eee47f29b9ce1325f820ea8
TypeSpecial NoticeNAICS 811210PSCJ052Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyPostedMar 24, 2026, 12:00 AM UTCDueApr 07, 2026, 04:00 PM UTCExpired

Special Notice from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: Peru. Response deadline: Apr 07, 2026. Industry: NAICS 811210 • PSC J052.

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: ERP_PR_1301347392. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.

12-month awarded value
$219,050,626
Sector total $373,493,323 • Share 58.6%
Live
Median
$97,690
P10–P90
$27,905$429,355
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
58.6%
share
Momentum (last 3 vs prior 3 buckets)
-83%(-$154,585,991)
Deal sizing
$97,690 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
Peru
Contracting office
Silver Spring, MD • 20910-7500 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
Genaro Vasquez
Email
genaro.m.vasquez.ln@health.mil
Phone
0115116244128

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP OTHER HCA • BUMED • NAVY MEDICINE WEST • NAVAL MEDICAL RESEARCH CENTER
Contracting Office Address
Silver Spring, MD
20910-7500 USA

More in NAICS 811210

Description

1. Purpose
The purpose of this Contract is to engage in the annual validation, calibration, maintenance and support services of Environmental Monitoring System deployed at NARMU SOUTH in Lima by Rees Scientific Corporation, to ensure that the system is fully operational. This service provides vital protection of invaluable research and sample specimens collected from research studies being conducted by NAMRU SOUTH, as well of the vivarium environment for research studies. The work to maintain this system is required since its installation and deployment in 2017, and should be performed by the manufacturer, Rees Scientific Corporation (RSC), or an authorized company, to sustain the DOD Authorization to Operate (ATO) in the DOD unclassified networks.
2. Background
The procurement for a maintenance agreement ensures that the vendor makes annual scheduled checks of the system, performs validation and calibration protocols, & updates the computer system software as needed to maintain its Authorization-to-Operate (ATO) condition as required by DOD network regulations. It also provides 24/7/365 tech support, and issues a service technician should the system require repair.
3. Tasks
3.1. Task 1: Perform annual validation, calibration, and preventive maintenance of existing system setup (271 sensors), to include inputs, sensors, wireless devices and software/hardware of the system ONSITE. The contractor shall review and check all system panels and ports. Maintenance shall include software updates, annual measurements of system functionality and connection status. Provide alarm alerts and means of obtaining graphical reports and all other needs commonly associated with environmental management.
3.2. Task 2: Provide 24/7/365 technical support and part replacement of the equipment associated with the system and software. During an emergency, the RSC technician(s) will provide online phone support to correct the system. If an onsite visit is needed to return the system to fully operational state, vendor must quote for the site visit and get official approval in written, prior to make travel arrangements. No ONSITE visit is authorized for corrective maintenance as it is not included in this contract.

3.3. Task 3: Vendor shall perform an annual Installation Qualification/Operational Qualification test of the alarm system onsite, in NAMRU SOUTH Facilities in Callao, Lima, Peru. All system inputs will be verified and calibrated.
3.4. Task 4: Vendor will provide all necessary labor and materials for the complete maintenance service of the environmental monitoring system. Service includes at least one site visit to wire, install, program, configure, validate, and train users on the system.
3.5. Vendor will provide battery backups to the probes/sensors to ensure they continue monitoring all time.
4. Conditions
• Vendor must provide proof from Rees Scientific Corporation that it has legal access to RSC software ATO licenses and must be supplied during service and upgrades. Vendor must also supply only new hardware components/modules. Annual maintenance must also include the latest software release from RSC at the time of validation. “No exceptions will be accepted”.
• Services to include:
 Annual On-Site IQ/OQ Validation
 Current Software Validation Manual
 Software updates to current version
 Calibration of all temperature & humidity sensors with NIST traceable device
 On-Site training at the time of validation
 24/7/365 telephone technical support
 Onsite service that includes new parts and labor for annual preventive maintenance
 Does not include onsite service for corrective maintenance
• Vendor will only initiate travel to the site after receiving written (electronic-email) confirmation from a government representative at the facility that all access permissions have been granted and coordination has been made.
• Installation qualification and validation must be thoroughly performed by vendor in accordance with FDA and AABB validation requirements. Records must be made available for storage in Laboratory once system installed.
• Contract runs from the moment of acceptance of this contract, not from the moment of purchase of the system, nor the moment of expiration of any previous maintenance contract or warranty.
5. Qualifications of Vendor’s Personnel
All installation personnel shall be fully qualified by the manufacturer (Rees Scientific) to install or work on systems of this type, and must be either employees of the system manufacturer, or have completed a manufacturer administered training program. The contractor shall provide prove of this requirement.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.