- 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
CETs in Support of APY-9 RADAR in the E-2D Aircraft and Associated Support Equipment
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Mar 04, 2026. Industry: NAICS 54133 • PSC L016.
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 54133 (last 12 months), benchmarked to sector 54.
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 247 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 54133
Description
PROGRAM BACKGROUND:
The Commander, Fleet Readiness Center (COMFRC) Procurement Group (PG), in support of Naval Air Technical Data and Engineering Service Center (NATEC), San Diego, CA intends to procure Contractor Engineering Technical Services (CETS) to be provided at various Fleet shore activities for the purpose of informing, instructing, and training Navy, Marine Corps military and civilian personnel to be proficient in the installation, operation, and maintenance of Aircraft systems. Additionally, these CETS will provide technical guidance and instruction to resolve unusually complex technical problems at the Organizational, Intermediate, and Depot maintenance levels. CETS technical expertise is categorized by Aviation Core Disciplines. This acquisition is for CETS in support of the APY-9 RADAR in the E-2D aircraft, Avionics and Electrical systems, and associated support equipment.
Approximately 99 percent of work will be performed at the Government site and one (1) percent of work to be performed at other than Government locations. Government site(s) include, but are not limited to Point Mugu, CA; Norfolk, VA; and other sites in accordance with the SOW.
- Please see the DRAFT Statement of Work (SOW) and DRAFT Contract Data Requirements List (CDRL) for the entire draft set of requirements.
DISCLAIMER:
ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE IF ANY SMALL BUSINSS SET-ASIDE OPPORTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGORIES WILL BE CONSIDERED. OTHERWISE, THIS MARKET RESEARCH IS BEING USED TO IDENTIFY POTENTIAL AND ELIGIBLE FIRMS, OF ALL SIZES, PRIOR TO DETERMINING THE COMPETITIVE METHOD OF ACQUISITION AND ISSUANCE OF A SOLICITATION
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY
ANTICIPATED CONTRACT TYPE: The Government is utilizing this sources sought to conduct market research on the acquisition strategy and contract type. The Government anticipates awarding a Cost Plus Fixed Fee (CPFF) contract.
Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
SUBMITTAL INFORMATION: (CAPABILITIES STATEMENT)
Interested parties shall adhere to the following instructions for the submittal of their capabilities statements.
- Page Limit and Format: Ten (10) 8.5 X 11 inch pages in Times New Roman font of not less than 12 point.
- Document Type: Microsoft Word or Adobe PDF
- Delivery: Electronic submission via email. All questions shall be submitted via email to the POCs listed at the end of this notice.
- Response Date: Responses are due by 12:00 PM Eastern Standard Time (EST) March 4, 2026.
- No classified information shall be submitted in response to this Sources Sought.
- No phone calls will be accepted.
- All responses shall include:
- Sources Sought Notice name/number,
- Company Name
- CAGE code
- Unique Entity Identifier (UEI)
- Company Address
- Company Business Size: Large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern.
- Points of Contact (POC), including names, phone numbers, and email addresses.
All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Please mark all documentation with the appropriate distribution statements, if applicable. Contractors should appropriately mark any data that is proprietary or has restricted data rights.
Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.
REQUESTED INFORMATION:
Information and materials submitted in response to this request SHALL NOT be returned. Classified material SHALL NOT be submitted.
Capability statement packages should demonstrate the ability to perform at the minimum the services listed in the attached draft SOW. This documentation must address, at a minimum, the following:
- Information provided should include an active Lockheed Martin-signed technical data rights licensing agreement (or a signed letter of intent to enter into said agreement) that clearly demonstrates existing access to, or ability to gain access to, Lockheed Martin proprietary technical data.
- Describe your capabilities and experience with regard to the requirements of this effort.
- Provide detailed relevant experience performing efforts of similar size and scope within the last two (2) years including description of work performed, contract number, and customer name.
- Describe your company's technical knowledge, experience and qualifications with the APY-9 Radar for the E-2D and Associated Support Equipment listed in paragraph 3.3.4 of the draft SOW.
- Discuss your process for addressing any fit, form, and/or function issues that may arise out of the requirements of this effort.
- Discuss your ability to begin performance upon the anticipated contract award.
SITE VISIT
There is no site visit scheduled at this time. Please provide if you would be interested in any future scheduled visit.
QUESTIONS/FEEDBACK
- In addition to the above, the Government is requesting feedback on the draft SOW and CDRLs. If the Contractor has any questions about the requirement or areas that may need further definition, please identify those in the APY-9 feedback template. If feedback is submitted with the capability statement, the Contractor shall list specific paragraphs in the draft SOW and draft CDRL number to help in supporting the response. This feedback does not count against the page limitations for the capabilities statement and should be submitted as a separate file at the same time as the capabilities statement submission. The Government will not reach back out to the companies to discuss the feedback in depth.
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.