- 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
Emergency Restoration Services- Fire Extinguishing Agent
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CT. Response deadline: Apr 02, 2026. Industry: NAICS 562910 • PSC S201.
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
Awarded-market signal for NAICS 562910 (last 12 months), benchmarked to sector 56.
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 60 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 562910
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services, prepared in accordance with the information in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation of Commercial Items as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued.
PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov (https://sam.gov/).
The reference number is N0018926QL073. This solicitation documents and incorporates provisions and clauses in effect through FAC 2026-01 (effective 13 March 2026) and DFARS Publication Notice 20251110 (effective 10 November 2025). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:
https://www.acquisition.gov/browse/index/far
http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
The NAICS code is 562910 (Remediation Services) and the Small Business Standard is $25.0M. The purpose of the proposed contract requirement is to perform extensive remediation services for the Submarine Force Museum in Groton CT to remove extinguishing agent residue after the accidental discharge of a chemical extinguishing agent. the Government intends to solicit and award a Firm-Fixed-Price (FFP) contract to the quoter that is most advantageous to the Government. This requirement shall be solicited as a 100% small business set-aside.
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk requests responses from qualified sources capable of providing the required services listed in the Performance Work Statement.
Questions regarding this solicitation shall be submitted to Cody Witz at cody.s.witz.civ@us.navy.mil no later than 11:00pm EST on 1 April 2026. Quotes shall be submitted to Cody Witz at cody.s.witz.civ@us.navy.mil no later than 08:00 am EST on 02 April 2026. Quote submissions received after the stated submission deadline may not be considered for award.
All responsible business sources may submit a quote, which shall be considered by the agency. A determination has been made by the Government to compete this proposed effort as a total small business set-aside, based upon responses to this notice, this determination is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. Procedures in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation of Commercial Items are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- Technical and Price.
System for Award Management (SAM). Quoters must be registered in the SAM database to be
considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
All quotes shall include price(s) showing any and all materials and labor, FOB destination, a point of
contact, name and phone number, business size, and payment terms. The quote shall explicitly confirm that the quoter can meet all of the Technical Requirements and provide all of the Deliverables for the period of performance specified above. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
The Contract Line Items (CLINS) are as follows:
CLIN 0001- Submarine Force Museum Restoration Services in accordance with the Statement of Work (SOW)
Period of Performance:
02 March 2026 – 13 March 2026
Place of Performance:
Submarine Force Library and Museum
1 Crystal Lake Rd
Groton, CT 06340
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.