Skip to content
Department of Defense

Model Shop Rigging and Moving Services

Solicitation: N0016426SNB56
Notice ID: de5a5a990dd84ce3b5522a45d50a663d
TypeSources SoughtNAICS 238290PSCN061Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateINPostedMar 25, 2026, 12:00 AM UTCDueApr 13, 2026, 08:00 PM UTCCloses in 2 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: IN. Response deadline: Apr 13, 2026. Industry: NAICS 238290 • PSC N061.

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: N0016426SNB56. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 238290 (last 12 months), benchmarked to sector 23.

12-month awarded value
$19,755,923
Sector total $37,458,671,883 • Share 0.1%
Live
Median
$31,629
P10–P90
$17,649$857,700
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+276843%($19,741,661)
Deal sizing
$31,629 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 IN
Live POP
Place of performance
Crane, Indiana • 47522 United States
State: IN
Contracting office
Crane, IN • 47522-5001 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
IN20260055 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Indiana • Posey, Vanderburgh, Warrick
Rate
ELECTRICIAN
Base $27.00Fringe $18.29
Rate
POWER EQUIPMENT OPERATOR Backhoe/Excavator/Trackhoe
Base $49.05Fringe $43.40
+12 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 12 more rate previews.
Davis-BaconBest fitstate match
IN20260055 (Rev 0)
Open WD
Published Jan 02, 2026Indiana • Posey, Vanderburgh, Warrick
Rate
ELECTRICIAN
Base $27.00Fringe $18.29
Rate
POWER EQUIPMENT OPERATOR Backhoe/Excavator/Trackhoe
Base $49.05Fringe $43.40
Rate
Bobcat/Skid Steer/Skid Loader
Base $49.05Fringe $43.40
+11 more occupation rates in this WD
Davis-Baconstate match
IN20260052 (Rev 0)
Open WD
Published Jan 02, 2026Indiana • Greene, Monroe, Owen
Rate
ELECTRICIAN
Base $27.00Fringe $18.29
Rate
POWER EQUIPMENT OPERATOR Backhoe/Excavator/Trackhoe
Base $49.05Fringe $43.40
Rate
Bobcat/Skid Steer/Skid Loader
Base $49.05Fringe $43.40
+11 more occupation rates in this WD
Davis-Baconstate match
IN20260046 (Rev 0)
Open WD
Published Jan 02, 2026Indiana • Bartholomew, Dearborn, Franklin +1
Rate
POWER EQUIPMENT OPERATOR (Backhoe/Excavator/Trackhoe)
Base $40.15Fringe $19.25
Rate
POWER EQUIPMENT OPERATOR Bobcat/Skid Steer/Skid Loader
Base $42.15Fringe $37.20
Rate
Bulldozer
Base $42.15Fringe $36.05
+11 more occupation rates in this WD
Davis-Baconstate match
IN20260019 (Rev 0)
Open WD
Published Jan 02, 2026Indiana • Wayne
Rate
ELECTRICIAN
Base $25.25Fringe $15.74
Rate
POWER EQUIPMENT OPERATOR: (1) Bobcat/Skid Steer/Skid Loader and Grader/Blade
Base $33.65Fringe $16.40
Rate
Roller
Base $31.93Fringe $16.40
+10 more occupation rates in this WD

Point of Contact

Name
CHRIS JONES
Email
christopher.m.jones405.civ@us.navy.mil
Phone
8123812299
Name
Daniele Wessel
Email
daniele.m.wessel.civ@us.navy.mil
Phone
8123813498

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • NSWC CRANE
Contracting Office Address
Crane, IN
47522-5001 USA

More in NAICS 238290

Description

Announcement ##N0016426SNB56  - SOURCES SOUGHT /REQUEST FOR INFORMATION –NSWC Crane Model Shop Equipment Support – FSC/PSC N061 – NAICS 238290

ISSUE DATE: MAR 25 2026                         CLOSING DATE:  APRIL 13 2026 04:00PM ET

MARKET SURVEY SOURCES SOUGHT SYNOPSIS - This Request for Information/Sources Sought Notice is being issued by the Naval Surface Warfare Center, Crane Division (NSWC-CR) located in Crane, Indiana.  This is NOT a Request for Quote or Pricing. NSWC-CR is conducting market research for vendors with the capabilities to provide rigging services and moving of equipment for various heavy industrial machines in Building 122 Model Shop. The Government is requesting market information from industry for the services as described below.  A draft Statement of Work (SOW) is provided as an attachment to define the types of rigging and electrical services that may be required under this effort. Should NSWC Crane issue a RFQ/RFP, a site visit by interested vendors will be required as part of the technical evaluation. Site visits are NOT part of the RFI. Site visit requirement is NOT listed in the attached SOW, however the SOW will be updated to reflect site visit information should an RFP/RFQ be solicited.

  • Rigging and Moving Services:

    • Offloading new, crated machinery from flatbed trailers
    • Moving heavy equipment (up to 60,000 pounds) within a constrained industrial facility
    • Precise placement, leveling, and anchoring of machinery according to manufacturer specifications
    • Potential removal and disposal of decommissioned equipment
    • Types of equipment that may be required will depend on the individual machine’s weight and size.  Rigging hardware may include, but is not limited to, the following:

      • High-capacity forklifts
      • Gantry Cranes
      • Air Skates / Air Dollies
      • Machine Skates & Rollers
      • Spreader Bars & Lifting Slings
      • Hydraulic Toe Jacks & Composite Cribbing Blocks

This sources sought notice is intended for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. This does NOT constitute a Request for Proposal (RFP) or Request for Quotation (RFQ) or a promise to issue a RFP or RFQ in the future. The Government is NOT seeking or accepting unsolicited proposals. This notice shall NOT be construed as a contract, a promise to contract, or a commitment of any kind by the Government. If a solicitation is issued in the future, it will be announced via the SAM.gov website, and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this sources sought notice.

Response Requirements:

General. All interested parties are encouraged to submit company and product literature, a white paper no longer than 5 pages to the Contracting Officer, Daniele Wessel, daniele.m.wessel.civ@us.navy.mil, and Contract Specialist, Christopher Jones, christopher.m.jones405.civ@us.navy.mil.  The subject field of the email should contain “Model Shop Equipment Support.” Responses should provide sufficient detail for assessment of potential contracting strategies and company interest. Failure to provide a response does not preclude participation in any possible future RFP, if issued.

Please be advised that all submissions in response to this sources sought notice will become Government Property and will not be returned. Submitters should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition sensitive will be protected from disclosure under the public records law only if properly labeled as such. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.

Questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist and Contracting Officer’s email addresses. Verbal questions will not be accepted. Questions shall not contain classified information.

Content.  Responses shall be organized into the following sections with the following information:

  • Cover Sheet – Sources sought notice number and title, date of submission, company name, company address, and technical point of contact containing a printed name, title, email address, and telephone number

  • Company Profile – Include the following information:
    • Company Name
    • Company Address
    • Commercial and Government Entity (CAGE) Code
    • Point of Contact
    • E-mail Address
    • Website address
    • Telephone Number
    • Business Category/Size (e.g., large, small disadvantaged, veteran, woman owned, etc.)

  • General Response Information – The Navy requests a capability statement or product literature which addresses the following:

    • Detailed description of relevant industry experience or past performance as it relates specifically to providing rigging services and moving heavy industrial machinery.

    • Describe available rigging equipment (e.g. high-capacity forklifts, gantry cranes, air skates, etc.)

Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov.

Classification.  Any proprietary information submitted must be clearly and separately identified and marked and will be appropriately protected. The Government will NOT be responsible for any proprietary information not clearly marked.  Responders may include information that is not within the scope of this request for submissions, but must be relevant to the overall goals.  

In addition, if responses include technical requirements that have been identified as CUI in accordance with NIST SP 800-171, the documents shall be identified with the appropriate category markings. See https://www.archives.gov/cui/registry/category-marking-list for guidance.

Deadline APRIL 13 2026. Respondents must submit program/idea/concept white paper(s) for review and consideration to NSWC Crane Points of Contact identified above no later than 04:00PM ET   

No additional forms or other materials are needed.

Any changes or updates to this announcement can be found at the Government Point of Entry SAM.gov.   Individual notifications will not be sent to respondents.  It is the respondents’ responsibility to monitor and respond accordingly to Government announcements.

Disclaimer:

This RFI/SS Announcement is issued solely for information and market research purposes and does not constitute a contractual solicitation or a promise to issue a solicitation in the future or ultimately award a contract. NSWC Crane is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted under this request for submissions.

In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this request for submissions. The Government intends to use the information received in response to this RFI/SS Notice for planning purposes. The Government will not award a contract directly on the basis of this RFI/SS Notice or to otherwise pay for the information solicited.

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.