- 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
Sources Sought for Large Ship Repair Services at Naval Station Rota, Spain
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: Rota, Cádiz • 11520 Spain. Response deadline: Apr 06, 2026. Industry: NAICS 336611 • PSC J998.
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 336611 (last 12 months), benchmarked to sector 33.
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.
Point of Contact
Agency & Office
More in NAICS 336611
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Sigonella, on behalf of the Forward Deployed Regional Maintenance Center (FDRMC) at Naval Station (NAVSTA) Rota, Spain, is conducting market research to identify qualified sources capable of providing comprehensive large ship repair, maintenance, and overhaul services for U.S. Navy vessels.
This is a Sources Sought Notice issued for market research and planning purposes only. This is not a solicitation, and no contract will be awarded from this notice.
Description of Services:
The U.S. Navy is seeking to identify qualified companies with the capability to perform a full range of ship repair services for forward-deployed naval forces in the European and African theater. The primary focus is on supporting the Arleigh Burke-class (DDG-51) guided-missile destroyers homeported at NAVSTA Rota, with potential requirements for other U.S. Navy surface combatants, Military Sealift Command (MSC) vessels, and allied ships.
Required services include, but are not limited to:
- Hull, Mechanical, and Electrical (HM&E) repairs.
- Combat Systems and Electronic Systems maintenance and modernization.
- Dry-docking services, including hull preservation and underwater work.
- Execution of complex maintenance periods, such as Selected Restricted Availabilities (SRAs) and Surface Incremental Availabilities (SIAs).
- Continuous and Voyage Maintenance Availabilities (CMAVs/VMAVs).
- Rapid mobilization for Emergent Maintenance (EM) and unscheduled repairs.
Place of Performance:
The primary place of performance will be Naval Station Rota, Cádiz Province, Spain. The Government will also consider alternative performance locations and concepts of operation proposed by respondents.
Objective:
The objective of this notice is to determine the interest, capability, and capacity of qualified companies—including Spanish domestic firms, U.S. firms with overseas operating capability, and international shipbuilders—to meet the U.S. Navy's ship maintenance requirements at this strategic location.
Submission of Information:
Interested parties are encouraged to review the full Sources Sought Notice attached to the SAM.gov posting and submit a written response addressing the questions within. The response should detail the company's qualifications, technical certifications, past performance, and capability to perform work at or near NAVSTA Rota.
Responses will be used by the Government for market research and acquisition planning to determine the optimal strategy for future procurement.
For complete details and instructions, please refer to the Sources Sought Notice document associated with solicitation number N6817126RT003 on www.sam.gov.
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.