Skip to content
Department of Defense

Combat Systems Repair IDIQ

Solicitation: 411-26-123
Notice ID: d99b2682e34e48ce92d391d75b787b21
TypeSources SoughtNAICS 336611PSCJ998DepartmentDepartment of DefenseAgencyDept Of The NavyStateVAPostedFeb 13, 2026, 12:00 AM UTCDueMar 02, 2026, 03:00 PM UTCCloses in 6 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 02, 2026. Industry: NAICS 336611 • PSC J998.

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: 411-26-123. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$10,593,880,397
Sector total $20,521,343,821 • Share 51.6%
Live
Median
$855,039
P10–P90
$45,999$21,186,181
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
51.6%
share
Momentum (last 3 vs prior 3 buckets)
+100%($10,593,880,397)
Deal sizing
$855,039 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
Norfolk, Virginia • 23511 United States
State: VA
Contracting office
Norfolk, VA • 23511-2124 USA

Point of Contact

Name
Alex Nienberg
Email
alex.j.nienberg.civ@us.navy.mil
Phone
7575508168
Name
Willie Ross
Email
willie.r.ross.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
REGIONAL MAINTENANCE CENTER • MID ATLANTIC REG MAINT CTR
Contracting Office Address
Norfolk, VA
23511-2124 USA

More in NAICS 336611

Description

The Mid-Atlantic Regional Maintenance Center (MARMC), 9727 Avionics Loop, Norfolk, VA, 23511-2124, is seeking to identify sources to perform preservation repair on board U.S. Navy vessels and/or other military type vessels. 

This work shall be performed within a 50 mile radius of Norfolk Naval Station, Norfolk VA.  The anticipated period of performance is comprised of one base year and four option years with performance commencing approximately 01 October 2026.

This sources sought is a market research tool being utilized to determine potential and eligible small business firms capable of providing this work prior to determining the method of acquisition and issuance of a Request for Proposal (RFP).  Therefore, all interested parties are encouraged to respond.

CONTRACT BACKGROUND

This is a follow-on procurement. The current contract numbers are as follows:

N5005420D0009

N5005420D0010

REQUIRED CAPABILITIES

The Contractor shall furnish the necessary management, technical, labor, and logistics support as well as all material, equipment and facilities to perform all material procurement and industrial fabrication required to accomplish repair, installation, refurbishment and modernization of United States Navy/Force Management System (FMS) Surface Combat/C4I Systems listed below:

•             OE-82 Series UHF SATCOM Antennas

•             OE-570 Series UHF SATCOM Antennas

•             AM-6534/SSR-1, AM-7317A/SSR Amplifiers, Radomes and ancillary equipment

•             NMT Series SATCOM Radomes CW-1258, CW-1269

•             MK-32 Surface Vessel Torpedo Tube (SVTT)

•             SLQ-32 Antenna Enclosures

•             MK-36 (SRBOC) and MK-53 (NULKA) Decoy Launching System (DLS)

•             MK-5 Ready Service Lockers (RSL)

ELIGIBILITY

The appropriate NAICS code is 336611, with a small business standard of 1,300. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the work listed in the attached DRAFT Statement of Work.  This documentation must address, at a minimum, the following:

Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the technical support described herein

Company profile to include number of employees, annual revenue history, office location(s), CAGE Code, UEI number, and a statement regarding current small business status

Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specific experience of such personnel

Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and

A statement regarding capability to obtain the required industrial security clearances for personnel. 

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.  THIS IS NOT A REQUEST FOR PROPOSAL.  IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.  RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.  NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.  ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

SUBMISSION DETAILS

Only interested parties who intend to submit a proposal should submit a written expression of interest to the address provided no later than 10:00AM EST 2 March 2026.

Forward requested documentation via email to: luke.t.hemric.civ@us.navy.mil, willie.r.ross.civ@us.navy.mil and alex.j.nienberg.civ@us.navy.mil

Questions or comments regarding this notice may be addressed in writing via email at luke.t.hemric.civ@us.navy.mil willie.r.ross.civ@us.navy.mil and alex.j.nienberg.civ@us.navy.mil

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.