Skip to content
Department of Defense

Notice of Intent to Award a Sole Source Contract and Sources Sought for SSN AUKUS Vertical Deployment Tube (VDT) Technical and Tooling Package

Solicitation: N0025326R9001
Notice ID: bccff21cb1414968a9f6c9a533bfb703
TypePresolicitationNAICS 336611PSC1045DepartmentDepartment of DefenseAgencyDept Of The NavyStateDCPostedApr 09, 2026, 12:00 AM UTCDueApr 24, 2026, 08:00 PM UTCCloses in 15 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Apr 24, 2026. Industry: NAICS 336611 • PSC 1045.

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: N0025326R9001. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$31,823,652,797
Sector total $52,180,653,996 • Share 61.0%
Live
Median
$149,419
P10–P90
$24,449$2,365,440
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
61.0%
share
Momentum (last 3 vs prior 3 buckets)
+256%($17,850,980,201)
Deal sizing
$149,419 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 DC
Live POP
Place of performance
Washington, District of Columbia • United States
State: DC
Contracting office
Keyport, WA • 98345-7610 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Shelby Hallman
Email
shelby.n.hallman.civ@us.navy.mil
Phone
Not available
Name
Kimberly Hammit
Email
kimberly.s.hammit.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • NAVAL UNDERSEA WARFARE CENTER
Contracting Office Address
Keyport, WA
98345-7610 USA

More in NAICS 336611

Description

The Naval Undersea Warfare Center (NUWC) Division Keyport intends to award a firm-fixed-price/cost-plus-fixed-fee, sole-source contract to General Dynamics Electric Boat (GDEB) under the authority of 10 U.S.C. 3204(a)(1) as implemented by FAR 6.302-1, “Only one responsible source and no other supplies or services will satisfy agency requirements.” This notice is published for market research purposes to determine if any other sources can satisfy the agency's needs.

The Government's minimum needs are for the supplies necessary to prepare for the future manufacturing of the SSN-A VDT ITH/ITK components. The required supplies consist of a comprehensive technical and tooling package based on the U.S. VIRGINIA Class program, adapted for the United Kingdom's VDT design. The contractor shall develop all necessary tooling (fixtures, NDT calibration standards, dies, etc.) and deliver procurement-ready drawings for said tooling. The final supply package shall include a comprehensive list of the tooling with its life expectancy, a detailed cost and schedule for its production, and expected maintenance costs. Additionally, the contractor shall provide preliminary production documents including a manufacturing process plan, and test location and supplied size drawings for each unit. Finally, the contractor shall deliver a documented plan for the prototype testing, NDT Ultrasonic Testing Scan and Magnetic Particle Test Procedures of the VDT units and a comprehensive production schedule for initial production of ITH/ITK units.

The basis for restricting competition is to utilize existing design and manufacturing process capabilities and expertise to reduce the need for prototyping units and associated qualification testing and accelerate the timeline for overall VDT component production by leveraging an existing vendor with a Production Readiness Level of 9. This established industrial relationship has resulted in a fully integrated team that is ready to execute this effort without unacceptable delays and substantial duplication of cost.

In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above. 

All interested parties must submit a response demonstrating their capability to meet these requirements. To be considered, a response must provide clear and convincing evidence of the contractor's ability to satisfy all the following requirements:

  1. Possess immediate, authorized access to the U.S. VIRGINIA Class submarine VPM proprietary design data, tooling manufacturing processes, and testing standards required to adapt this technology for the SSN-A VDT.
  2. Demonstrate an existing, validated Production Readiness Level (PRL) of 9 for manufacturing large-scale, HY-80 submarine hull-integrated components.
  3. Guarantee the ability to meet an accelerated timeline of contract award by September 2026 and initial production unit delivery within 12 months thereafter, without requiring a multi-year development and qualification period that would result in substantial duplication of cost and unacceptable delays to the Government.

A response that fails to provide a detailed and substantiated explanation for all three of these points will be considered non-responsive.

Responses should include availability, budgetary cost estimate, and lead time of the solution and any other relevant information deemed necessary to expedite the decision-making process as well as company and product literature, a white paper no longer than 5 pages addressing the requirements above and shall identify other Government contracts with similar efforts for the Government(s) consideration.

Responses to the Market Survey shall include the following:

Submitter's Name

Submitter’s CAGE/UEI
Street Address, City, State, Zip Code
Business Size
Point of Contact (POC)
POC Telephone
Announcement Number

Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation by calling 1-866-606-8220 or via the internet at www.sam.gov.

This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed.

Information may be submitted to the Point of Contact any time prior to the expiration of this announcement. The Point of Contacts for this effort are Shelby Hallman, e-mail: shelby.n.hallman.civ@us.navy.mil and Kimberly Hammit, e-mail: kimberly.s.hammit.civ@us.navy.mil. The mailing address is: Naval Undersea Warfare Center, Keyport Division, Attention:  Shelby Hallman, Code 0252, Bldg 206L, 610 Dowell Street, Keyport, WA 98346-7610. Reference N0025326R9001 in the subject line of e-mails.

Submissions in response to this RFI shall be submitted to the NUWC Keyport Contracting POCs by the time and date set forth in this notice. Responses received after the closing date may not be considered in the Government’s research.

All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the Government’s requirements is appreciated.

Reference number N0025326R9001 in all correspondence and communication.

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.