Skip to content
Department of Defense

SNORT Hoist System

Solicitation: N68936-26-RFPREQ-DB0000M-EB0000M-0184
Notice ID: d9566a28ec7f4a5bb05177c0417c28f9
TypeSources SoughtNAICS 811310PSCJ039DepartmentDepartment of DefenseAgencyDept Of The NavyStateCAPostedJan 29, 2026, 12:00 AM UTCDueMar 17, 2026, 12:00 AM UTCCloses in 22 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Mar 17, 2026. Industry: NAICS 811310 • PSC J039.

Market snapshot

Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.

12-month awarded value
$44,922,173
Sector total $250,450,224 • Share 17.9%
Live
Median
$11,842
P10–P90
$5,116$879,780
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
17.9%
share
Momentum (last 3 vs prior 3 buckets)
+5514%($43,349,741)
Deal sizing
$11,842 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
Not listed
State: CA
Contracting office
China Lake, CA • 93555-6018 USA

Point of Contact

Name
Tabitha Weaver
Email
tabitha.m.weaver3.civ@us.navy.mil
Phone
7607933974
Name
Tara Brandt
Email
tara.m.brandt.civ@us.navy.mil
Phone
(760) 793-1157

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR NAWC WD • NAVAL AIR WARFARE CENTER
Contracting Office Address
China Lake, CA
93555-6018 USA

More in NAICS 811310

Description

1 DESCRIPTION

1.1 The NAWCWD Track Operations branch is seeking capability statements from interested sources to conduct overhaul and repair of a fixed tower hoist system, this includes design of a replacement system, repairs/replacement, testing, and training. This system will be used at the NAWCWD SNORT facility.

1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue and RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to the RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Beta Sam website. It is the responsibility of the potential offerors to monitor the site for additional information pertaining to this requirement.

2 BACKGROUND

2.1 The requested work is expected to occur at the Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, California. The work requested includes use of 2 existing SAM-D towers, removal and disposal of the old hoist system, design of new system according to requirements, all required parts, assembly of parts, testing and certification of hoist system, associated data products, and training. Hoist system shall consist of 2 hoists with 30,000 lbs capacity per hoist.

2.2 Delivery Period: To be determined at time of contract award

2.3 Limitations: All work must be completed in accordance with Navy Crane certification requirements.

3 REQUESTED INFORMATION

3.1 Capability to perform refurbishment, provide shop and technical drawings,

3.2 Provide post-erection inspections, operational tests, and load tests.

3.3 Provide field training.

4 RESPONSES

4.1 Interested parties are requested to respond to this RFI with the following: (1) capability to provide inspections, operational and load tests, (2) previous successful installation and/or refurbishment of deck mounted hoists for the Government

4.2 Business type (large, small, small disadvantaged, 8(a)-certified small disadvantaged, HUBZone small, woman-owned small, or veteran-owned small business) based on North American Industry Classification (NAICS) code 333923, Title.

5 QUESTIONS

Questions regarding this announcement shall be submitted in writing by email to: Tabitha.m.weaver3.civ@us.navy.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Beta Sam website; accordingly, questions shall NOT contain proprietary or classified information.

Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code’s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program:  https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.

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.