Skip to content
Department of Defense

MOTOR ACTUATORS

Solicitation: 20260001295
Notice ID: bd7aecd18cc54d4d96a66672cbf72294
TypeSources SoughtNAICS 333995PSC1680Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyPostedFeb 11, 2026, 12:00 AM UTCDueFeb 18, 2026, 03:00 PM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Feb 18, 2026. Industry: NAICS 333995 • PSC 1680.

Market snapshot

Awarded-market signal for NAICS 333995 (last 12 months), benchmarked to sector 33.

12-month awarded value
$4,384,473
Sector total $20,341,046,444 • Share 0.0%
Live
Median
$350,000
P10–P90
$139,057$1,005,950
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%($4,384,473)
Deal sizing
$350,000 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
United States
Contracting office
Bremerton, WA • 98314-5100 USA

Point of Contact

Name
AQUASEIA OSMAN
Email
aquaseia.t.osman.civ@us.navy.mil
Phone
Not available
Name
Nicole Eygnor
Email
nicole.m.eygnor.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP GLOBAL LOGISTICS SUPPORT • NAVSUP FLC PUGET SOUND • NAVSUP FLT LOG CTR PUGET SOUND
Contracting Office Address
Bremerton, WA
98314-5100 USA

More in NAICS 333995

Description

This announcement constitutes a Sources Sought for information and planning purposes to identify qualified and
experienced Sources for an anticipated single award Firm Fixed Price (FFP) type contract under NAICS code 333995,
Fluid Power Cylinder and Actuator Manufacturing, with a size standard of 800 employees. Businesses of all sizes are encouraged to
respond; however, each respondent must clearly identify their business size in their capabilities statement.
Naval Supply Systems Command Fleet Logistics Center Puget Sound (NAVSUP FLCPS) is issuing this Sources Sought
request for information as a means of conducting market research to identify parties having an interest and the
resources to supply Original Equipment Supplier for T-AKE Vessels, Valve Automation and Control, parts listed as follows: 

PARTS                                              PART #                                                                                             QTY
1.ACTUATOR, ELECTRO-MECH    2DEG-3C                                                                                            1
2.ACTUATOR, ELECTRO-MECH    P2N1-3S/75854B - SERIAL NUMBER FOR T-AKE 11 IS 099828J    7
3.ACTUATOR, ELECTRO-MECH    P2N1-3S/78594A SERIAL NUMBER FOR T-AKE 11 IS 099828L      1
4.ACTUATOR, ELECTRO-MECH    P4N1-3S/75854C SERIAL NUMBER FOR T-AKE 11 IS 099828B     2
5.ACTUATOR, ELECTRO-MECH    P4N1-3S/75854D SERIAL NUMBER FOR T-AKE 11 IS 099828A     7
6.ACTUATOR, ELECTRO-MECH    Q4N2-3S/78594B SERIAL NUMBER FOR T-AKE 11 IS 099828Q    1

Interested sources will be capable of providing the services and supplies in accordance with the needed specifications within. Based on the responses to this Sources Sought Notice/Market Research, this requirement may be set-aside for Small Businesses or procured through full and open competition, or other than full and open competition. All Small Business Set-Aside categories will be considered. This announcement constitutes a Sources Sought synopsis for written information only. This is not a solicitation
announcement for proposals and a contract will not be awarded from this announcement. This Sources Sought notice is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response.
A determination of the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government.
If a solicitation is released at a future date, it will be synopsized on the SAM.gov website. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement. 
If your organization has the potential capacity to provide these items needed, please provide the following
information:
 1.) Organization name, address, email address, Web site address, telephone number, and size and type of
ownership for the organization.
2.) Tailored capability statements addressing the particulars of this effort, with appropriate documentation
supporting claims of organizational and staff capability.
3.) Contractor and Government Entity (CAGE) Code.
4.) Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or
Veteran-owned. If significant subcontracting or teaming is anticipated in order to deliver technical capability,
organizations should address the administrative and management structure of such arrangements.
Submission Instructions: Interested parties who consider themselves qualified to perform the listed services are
invited to submit a response to this Sources Sought Notice by 10:00 A.M. (EDT) on 18 FEBRUARY 2026 to Aquaseia Osman at aquaseia.t.osman.civ@us.navy.mil. Submissions are not to exceed ten (10) typewritten pages in no less
than 12pt font size. Please note the information within this Sources Sought will be updated and/or may change
prior to an official synopsis/solicitation, if any is issued. If you have any questions concerning this opportunity,
please contact: Aquaseia Osman, aquaseia.t.osman.civ@us.navy.mil.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.