Skip to content
Department of Defense

RFI A-E Services- NIBS: Criteria, Standards, Tools, and Planning Documentation to Support Industrialized Construction (IC)

Solicitation: N3943026NIBS
Notice ID: b12f771c49f6412fb2ba18aedc1b7cb0
TypeSources SoughtNAICS 541310PSCR425Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateCAPostedMar 12, 2026, 12:00 AM UTCDueMar 28, 2026, 12:00 AM UTCCloses in 15 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Mar 28, 2026. Industry: NAICS 541310 • PSC R425.

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: N3943026NIBS. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541310 (last 12 months), benchmarked to sector 54.

12-month awarded value
$25,080,290
Sector total $5,863,264,661,577 • Share 0.0%
Live
Median
$315,430
P10–P90
$82,928$7,500,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($25,080,290)
Deal sizing
$315,430 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 CA
Live POP
Place of performance
Port Hueneme CBC Base, California • 93043 United States
State: CA
Contracting office
Port Hueneme, CA • 93043-4301 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CA20260026 (Rev 2)
Match signal: state matchOpen WD
Published Jan 23, 2026California • San Bernardino
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
+130 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 130 more rate previews.
Davis-BaconBest fitstate match
CA20260026 (Rev 2)
Open WD
Published Jan 23, 2026California • San Bernardino
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+129 more occupation rates in this WD
Davis-Baconstate match
CA20260024 (Rev 2)
Open WD
Published Jan 23, 2026California • Orange
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD
Davis-Baconstate match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD
Davis-Baconstate match
CA20260025 (Rev 2)
Open WD
Published Jan 23, 2026California • Riverside
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+123 more occupation rates in this WD

Point of Contact

Name
Desiree Garcia
Email
desiree.e.garcia9.civ@us.navy.mil
Phone
Not available
Name
Crystal Brooks
Email
crystal.s.brooks2@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 541310

Description

Naval Facilities Engineering Systems Command (NAVFAC) Engineering and Expeditionary Warfare Center (EXWC)

RFI A-E Services- NIBS: Criteria, Standards, Tools, and Planning Documentation to Support Industrialized Construction (IC)

1. General Information

The Naval Facilities (NAVFAC) Engineering and Expeditionary Warfare Center (EXWC) has a potential requirement for a Firm Fixed Priced contract award with a 24-month period of performance.  EXWC is conducting market research to determine the range of available contractors/firms and assess their capabilities.

The Government plans to award the under the following:

PSC: R425 (Support- Professional: Engineering/Technical) NAICS Codes: 541310 (Architectural Services)

2. Description Requirement

In accordance with Public Law 93-383, NAVFAC EXWC is seeking sources that are able to provide services for a contract to furnish professional Architect-Engineer and technical services for DOD criteria development, update, and publication for items such as United Facility Criteria and Unified Facilities Guide Specifications (UFGS), Unified Facility Code (UFC), Whole Building Design Guide (WBDG) (which also holds standard drawings and other tools for design guidance), Navy & Marine Corps Instructions, Mil-Specs and any specific facility criteria.  The scope of work may include, but is not limited to, studies, reports, peer reviews, and assistance to in-house professional staff on technical matters and event response, may involve studies, reviews, schematic design, design development, construction documents.

The Unified Facilities Guide Specifications (UFGS) are a joint effort of the U.S. Army Corps of Engineers (USACE), the Naval Facilities Engineering Systems Command (NAVFAC), the Air Force Civil Engineer Center (HQ AFCEC) and the National Aeronautics and Space Administration (NASA). UFGS are for use in specifying construction for the military services.

The Unified Facilities Guide Specifications (UFGS) are published only in electronic format and are intended to be used with SpecsIntact software. The UFGS Master complies with UFC 1-300-02. SpecsIntact supports the UFGS format. SpecsIntact can still open Masters or Jobs created with older versions of the UFGS format.

3. Submission Instructions

This is a Sources Sought Synopsis for the purpose of conducting market research. It is not a solicitation for proposals, proposal abstracts, or quotations.This RFI is issued solely for the purposes of obtaining information not readily available to the Government for planning purposes, in accordance with FAR 15.201(e).  It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP for any particular supplies or services in the future.  Furthermore, the Government is not at this time seeking proposals and will not accept unsolicited proposals.  Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. 

 All interested parties (small, medium, and large businesses concerns) are invited to submit a response.  Interested and responsible sources are requested to demonstrate their capability to perform the services described herein by completing the attached Capabilities Questionnaire.

Please download the questionnaire, provide a complete response to all questions, and submit the finished document along with any other pertinent information. The submission should not exceed 10 pages and must be sent in writing to the Point of Contact listed in this notice no later than the specified response date and time. Submissions should be submitted in a format compatible with Microsoft Office or Adobe PDF, and include Attachment 1: Capabilities Questionnaire. The information provided will be used by the Government to determine the appropriate acquisition strategy.

Responses to this request are voluntary and the Government will not pay any direct or indirect costs for any information or materials received in response to this RFI.  Information received in response to this RFI may be used to structure future solicitations. All responses received may be held for an extended period of time or destroyed.  In no case will any responses to this RFI be returned to the originator or information submitted shared with any other respondents.  Respondents will not be notified of the results of the market research, nor will the Government provide feedback to respondents with respect to any information submitted under this RFI. Proprietary data shall not be submitted.

An award will not be made based on any information or offers received in response to this notice.  Not responding to this RFI does not preclude participation in any future RFP, if any is issued.  If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website.  It is the responsibility of the potential Offerors to monitor those sites for additional information pertaining to this requirement.

One electronically submitted response shall be received no later than 5:00pm Pacific Time on 27 March 2026 and reference: RFI A-E Services- NIBS: Criteria, Standards, Tools, and Planning Documentation to Support Industrialized Construction (IC)

Interested businesses shall submit responses by email to Desiree E. Garcia at desiree.e,garcia9.civ@us.navy.mil and Crystal S. Brooks, crystal.s.brooks2.civ@us.navy.mil.  Please submit all written questions by email to Desiree E. Garcia and Crystal S. Brooks.  No phone or email solicitations with regards to the status of any subsequent RFP will be accepted prior to its release.

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.