- 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: Dismantle, Remove/Dispose - 2 Hanel Rotomat Vertical Carousels
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 25, 2026. Industry: NAICS 562920 • PSC P100.
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
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
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.
View more for this contract3 more WD matches and 43 more rate previews.↓
Point of Contact
Agency & Office
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:
-
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
-
Please state your business size (small or large) based upon the NAICS Code and size standard.
-
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)
-
Please confirm that you are registered in SAM and accept invoicing through Wide Area Workflow (WAWF).
-
If you would like to propose an alternate NAICS Code please state why another NAICS Code would better fit this requirement.
-
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.
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.