Skip to content
Department of Defense

Repairs & Maintenance for Diving Support Vehicle

Solicitation: N5523626Q0035
Notice ID: c7c8b212a7c6408595638045c03bc610
TypeCombined Synopsis SolicitationNAICS 811114PSCJ023Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateCAPostedFeb 24, 2026, 12:00 AM UTCDueMar 02, 2026, 07:00 PM UTCCloses in 6 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Mar 02, 2026. Industry: NAICS 811114 • PSC J023.

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: N5523626Q0035. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 811114 (last 12 months), benchmarked to sector 81.

12-month awarded value
$3,592
Sector total $250,711,979 • Share 0.0%
Live
Median
$3,592
P10–P90
$3,592$3,592
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($3,592)
Deal sizing
$3,592 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
California • 92136 United States
State: CA
Contracting office
San Diego, CA • 92136-5205 USA

Point of Contact

Name
Valerie Manguiob
Email
valerie.p.manguiob.civ@us.navy.mil
Phone
6195080630
Name
Dayen Lagunas
Email
dayen.lagunas.civ@us.navy.mil
Phone
6197080908

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
REGIONAL MAINTENANCE CENTER • SOUTHWEST REGIONAL MAINT CENTER
Contracting Office Address
San Diego, CA
92136-5205 USA

More in NAICS 811114

Description

This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with FAR Part 13 additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

Request for Quotation (RFQ) N5523626Q0035 is issued as a total small business set-aside. The subject solicitation is being processed using FAR Parts 12 and 13. Any quote from a large business is ineligible for award. The applicable North American Industry Classification System (NAICS) code is 811114 – Specialized Automotive Repair (except engine repair and replacement).

This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2025-03 (Effective 03 January 2025) and DFARS Publication Notice 20250117.

DESCRIPTION: Southwest Regional Maintenance Center (SWRMC) requires procurement preventative maintenance and repairs in support of SWRMC at Naval Base San Diego as follows:  Quote shall provide Period of Performance.

SEE STATEMENT OF WORK

The full text of FAR and DFAR references, provisions and clauses may be accessed at https://acquisition.gov.

A. 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services SEP 2023. Offerors must comply with all instructions contained herein.

(1) Offerors may submit written questions during the quote preparation period. All questions must be received no later than 02 March 2026, 11:00 AM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to:

Southwest Regional Maintenance Center (SWRMC) – C410A Procurement
Email: Cite the solicitation number in the subject line - N5523626Q0035
Email Addresses: valerie.p.manguiob.civ@us.navy.mil and dayen.lagunas.civ@us.navy.mil

Site Visit will take place on 04 March 2026 at 1300 (Pacific) at Naval Base San Diego, SWRMC Dive Locker Bldg. 3601 by Pier 13.

NOTE:  Please contact the following individuals to confirm Site Visit at least one day prior to date/time:

Primary:  Ted Cook, ted.b.cook.civ@us.navy.mil; (619) 952-8176

Secondary:  April Teachey, april.r.teachey.civ@us.navy.mil; (619) 879-7745

** Please note that the Government will not pay for any effort expended for the inspection**

B. 52.212-2 Evaluation Commercial Items, Evaluation – Commercial Products and Commercial Services NOV 2021.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Evaluation Factors – The evaluation factors that will be used are:

  1. Technical Acceptability – Ability to meet the required delivery date and the minimum requirements of the Statement of Work.
  2.  Price – Lowest price technically Acceptable (LPTA)
  3.  Past Performance – Based on the Supplier Performance Risk System

Price:  The Government will evaluate the proposed price for reasonableness in accordance with FAR 13.202 106-3(a)(1).

Past Performance:  The Government will consider the recency and relevancy of past performance information compared to the requirements detailed in the Statement of Work, the source of the information, the context of the data and general trends in the offeror's performance and any associated risk. The Government will also consider the extent of the offeror's ability to perform previous contracts successfully.  In accordance with DFARS provision 252.204-7024, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference.

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

C. 52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0004). The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov/SAM/ (only complete and return if there are changes to current SAM Registration.  If 52.212-3 is not returned, the contractor is affirming that the current SAM registration is current, accurate, and complete).  If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. The provision of FAR 52.212-3 must be submitted by the Offeror to be eligible for award.

D. 52.212-4 Contract Terms and Conditions -- Commercial Products and Commercial Services NOV 2023

Standard Commercial Warranties apply.

APPLICABLE PROVISIONS AND CLAUSES:

The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/portal/public/SAM/.

PACKAGING REQUIREMENTS: Unless otherwise stated in Section D clauses, packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage.

DELIVERY INSTRUCTIONS: Item shall be priced for F.O.B. Destination. Inspection and acceptance shall be at destination by the Government.
SPECIAL CONTRACT REQUIREMENTS:

Please submit your quote via e-mail to Valerie Manguiob, valerie.p.manguiob.civ@us.navy.mil and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil

QUOTES must be received by the destination inbox no later than *06 March 2026, 11:00 AM (Pacific)* or they will not be considered for award.

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.