Skip to content
Department of Defense

Sources Sought: Dismantle, Remove/Dispose - 2 Hanel Rotomat Vertical Carousels

Solicitation: N4215826RX60420
Notice ID: cdee7e738cd545b7aec93f85e146fc4d
TypeSources SoughtNAICS 562920PSCP100DepartmentDepartment of DefenseAgencyDept Of The NavyStateVAPostedMar 20, 2026, 12:00 AM UTCDueMar 25, 2026, 03:00 PM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 25, 2026. Industry: NAICS 562920 • PSC P100.

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: N4215826RX60420. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$7,152,973,770
Sector total $7,152,973,770 • Share 100.0%
Live
Median
$193,915
P10–P90
$36,617$1,592,548
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,152,973,770)
Deal sizing
$193,915 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 VA
Live POP
Place of performance
Portsmouth, Virginia • 23709 United States
State: VA
Contracting office
Portsmouth, VA • 23709-1001 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
VA20260001 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Virginia • Accomack, Albemarle, Alleghany +89
Rate
and over: Tug Boats) CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
+43 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 43 more rate previews.
Davis-BaconBest fitstate match
VA20260001 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Accomack, Albemarle, Alleghany +89
Rate
and over: Tug Boats) CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+42 more occupation rates in this WD
Davis-Baconstate match
VA20260156 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Isle of Wight
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260176 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Gloucester, Mathews
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260010 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Brunswick, Charlotte, Cumberland +7
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD

Point of Contact

Name
Audrey Franklin
Email
audrey.m.franklin2.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA SHIPYARD • NORFOLK NAVAL SHIPYARD GF
Contracting Office Address
Portsmouth, VA
23709-1001 USA

More in NAICS 562920

Description

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS OR AN INVITATION TO BID. 

In accordance with the Revolutionary Federal Acquisition Regulation Overhaul (RFO) 10.001, this Sources Sought Notice is for market research, information, and planning purposes at this time and shall not be construed as a solicitation or as an obligation. 

Norfolk Naval Shipyard (NNSY) requires professional contractor services for the dismantling, removal, and disposal of two (2) Hanel Rotomat Vertical Carousels, model 7-600. Please see attached Statement of Work for additional details. 

The proposed North American Industry Classification Systems (NAICS) Code is 562920: Materials Recovery Facilities, which has a corresponding Size Standard of $25M. 

Product Service Code is P100 - Salvage- Preparation and Disposal of Excess/Surplus Property. 

Based on the responses to this Sources Sought notice, the Government will determine whether this requirement will be procured by full and open competition or a small business set-aside. 

This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred. 

If your organization has the capability of performing these services, please provide the following information via email to to audrey.m.franklin2.civ@us.navy.mil  by Wednesday 03/25/26 at 11AM EST

  1. Organization name, address, email address, website address, telephone number, size and type of ownership for the organization, CAGE code, SAM.gov unique entity ID; and 

  2. Please state your business size (small or large) based upon the NAICS Code and size standard.  

  3. Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability (to include descriptions of personnel, skills, experience, and expertise) 

  4. Please confirm that you are registered in SAM and accept invoicing through Wide Area Workflow (WAWF).  

  5. If you would like to propose an alternate NAICS Code please state why another NAICS Code would better fit this requirement. 

  6. A site visit will be announced at a later date. 

Interested vendors should submit a capability statement addressing: 

  • Business name, address, and UEI 

  • Socioeconomic status (SDVOSB, VOSB, WOSB/EDWOSB, Small Business) 

  • Point of contact information 

  • Relevant experience within the last three (3) years 

  • Technical capabilities and equipment that will be provided by the contractor.

Please provide the requested information via email to to audrey.m.franklin2.civ@us.navy.mil  by Wednesday 03/25/26 at 11AM EST. 

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. A determination by the Government to issue a solicitation for this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining the appropriate acquisition strategy: small business set-aside or full and open competition. 

THIS IS FOR PLANNING PURPOSES ONLY. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM THIS ANNOUNCEMENT.  THE GOVERNMENT IS NOT SEEKING PROPOSALS AT THIS TIME AND UNSOLICITED PROPOSALS WILL NOT BE ACCEPTED. 

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.