- 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
P226 Head Trailer
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Apr 13, 2026. Industry: NAICS 562991 • PSC W085.
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 562991 (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 28 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 562991
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. There will not be a solicitation, specifications or drawings available at this time. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
This is a sources sought synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used to facilitate the decision-making process. The intent of this notice is to identify potential offerors and to determine whether to set-aside the requirement for small business concerns for the upcoming solicitation.
Naval Facilities Engineering Systems Command Mid-Atlantic, FEAD Cherry Point, is specifically seeking 8(a) Small Businesses, HUBZone Small Businesses, Service-Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Economically Disadvantaged Women Owned Small Businesses, or other Small Businesses with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement.
The work includes providing two (2) ea. four (4) stall head trailers, to include providing service for stocking, cleaning and disinfecting weekly, ensuring freshwater and wastewater holding tanks are serviced, filled, and emptied to support 160 people per week, and incidental related work.
Potential Procurement Method: Simplified Acquisition Procedures for Commercial Items
The total term of the contract for services to begin on 01 June 2026.
- BASE: 01 June 2026 to 31 May 2027
- OPTION 1: 01 June 2027 to 31 May 2028
- OPTION 2: 01 June 2028 to 31 August 2028
- OPTION 3: 01 September 2028 to 30 November 2028
- OPTION 4: 01 December 2028 to 31 December 2028.
The North American Industry Classification System (NAICS) Code for this procurement is 562991, Septic Tank and Related Services with a Small Business Size Standard of $9,000,000.00.
This is a new procurement. It does not replace an existing contract. No prior contract information exists.
The proposed contract listed here is being considered for a set-aside. Interested small business concerns should, indicate interest in the acquisition by providing to the contracting office above evidence of capability to perform and a positive statement of eligibility as a small business concern. If adequate interest is not received from small business concerns, the solicitation will be issued as unrestricted without further notice. The evidence of capability to perform should include a minimum of 3 similar projects.
The following information shall be provided:
- Contractor Information: Provide your firms contact information, DUNS number, and CAGE Code.
- Type of Business: Identify whether your firm is an 8(a) Small Businesses, HUBZone Small Businesses, Service-Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Economically Disadvantaged Women Owned Small Businesses, or other Small Business concern. If you are proposing as an 8(a) mentor Protégé, please provide a copy of the SBA approval of the Mentor Protégé agreement. For more information on the definitions or requirements for these small business programs, refer to https://www.sba.gov.
- Experience: Submit a minimum of three (3) similar projects completed in the past five (5) years that best demonstrate your experience on project that are similar in size, scope and complexity.
RESPONSES ARE DUE ON 13 APRIL 2026 BY 2:00 P.M. Eastern Time. Submissions shall ONLY be submitted electronically to Joanna Miller via email at joanna.d.miller2.civ@us.navy.mil. Submissions MUST be limited to 10Mb attachment. Responses received after the deadline or without required information will not be considered. Telephone calls will NOT be accepted.
Offerors/Bidders can view and/or download the solicitation, and any attachments, at https://www.sam.gov when it becomes available.
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.