Skip to content
Department of Defense

SOURCES SOUGHT FOR MARINE RESOURCE TECHNICAL SERVICES AT VARIOUS LOCATIONS IN HAWAII, WESTERN PACIFIC AND THROUGHOUT THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC AREA OF RESPONSIBILITY AND OTHER AREAS WORLDWIDE AS NEEDED

Solicitation: N6274226R1804
Notice ID: e21cc3351f5c4e289442d261154a101b
TypeSources SoughtNAICS 541990DepartmentDepartment of DefenseAgencyDept Of The NavyStateHIPostedFeb 24, 2026, 12:00 AM UTCDueMar 06, 2026, 12:00 AM UTCCloses in 9 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: HI. Response deadline: Mar 06, 2026. Industry: NAICS 541990.

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: N6274226R1804. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541990 (last 12 months), benchmarked to sector 54.

12-month awarded value
$175,457,424
Sector total $5,796,843,778,376 • Share 0.0%
Live
Median
$45,142
P10–P90
$15,452$402,841
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($175,457,424)
Deal sizing
$45,142 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 HI
Live POP
Place of performance
Jbphh, Hawaii • 96860 United States
State: HI
Contracting office
Jbphh, HI • 96860-3134 USA

Point of Contact

Name
Rachel Gerakas
Email
rachel.m.gerakas.civ@us.navy.mil
Phone
808-602-5334
Name
Casey Sugihara
Email
casey.c.sugihara.civ@us.navy.mil
Phone
808-471-4763

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVFAC
Office
NAVFAC PACIFIC CMD • NAVFACSYSCOM PACIFIC
Contracting Office Address
Jbphh, HI
96860-3134 USA

More in NAICS 541990

Description

SOURCES SOUGHT. THE PURPOSE OF THIS NOTICE IS TO SEEK POTENTIAL LARGE AND SMALL BUSINESS FIRMS, (TO INCLUDE HUBZONE SMALL BUSINESS; SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS; VETERAN-OWNED SMALL BUSINESS, AND WOMEN-OWNED SMALL BUSINESS), TO DETERMINE IF THERE ARE SUFFICIENT TECHNICALLY COMPETENT LARGE AND SMALL BUSINESSES SOURCES, TO DETERMINE THE FEASIBILITY OF AN UNRESTRICTED WITH A PARTIAL SMALL BUSINESS SET-ASIDE DESIGNATION, FOR THIS REQUIREMENT.

This is a Sources Sought announcement only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.  No telephone calls will be accepted requesting a bid package or solicitation because there is no bid package or solicitation available. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.

As such, all firms from any of the foregoing categories are encouraged to submit their qualification and experience, in detail, on (1) Information Summary Matrix and (2) Questionnaire attachments to this synopsis, both of which will be used to evaluate responding firms. Please see attachment (3) Minimum Qualifications, to be sure all personnel meet the necessary requirements.

The Naval Facilities Engineering Systems Command Pacific, Pearl Harbor, Hawaii plans to solicit for Marine Resource Services (NAICS 541990).  All work performance, under this contract, will be in the NAVFAC Pacific area of responsibility (AOR), but primarily in Hawaii, the Marianas, western Pacific, and Asia. The Government may also require marine resource services in other locations within the NAVFAC Pacific area of cognizance. All work conducted under resulting contract shall conform to the statutes, regulations, instruction and guidelines in compliance with all applicable Department of Defense and Navy Instructions, as well as all Federal statutory and regulatory requirements.---Specific Marine Resource tasks include, but may not be limited to the following: (1) Coordination of Monitoring Projects and Subject Matter Experts, (2) Data Management, (3) Analysis and Reporting, (4) Visual Surveys, (5) Diving and Marine Resource Surveys, (6) Marine Species Observers, (7) Passive Acoustic Monitoring, (8) Marine Species Tagging and Tracking, (9) Photo Identification, (10) Behavioral Studies, (11) Habitat Restoration, (12) Coral Translocation, (13) Anomaly Avoidance Surveys, (14) Event Reconstruction and Environmental Data Integration, (15) Ecological Analysis, (16) Ecological Analysis, (17) Outreach, (18) Miscellaneous Marine Biological Resource Services, (19) Biomonitoring, (20) Biosecurity and Aquatic Invasive Species Management, (21) Integrated Natural Resource Management Plans (INRMPs), (22) NEPA, Environmental Planning and Supporting Studies, (23) GIS Mapping, (24) Endangered Species Act (ESA) Biological Opinions, (25) Magnuson Stevens Fishery Conservation and Management Act (MSA) Essential Fish Habitat (EFH) Assessments, and (26) Marine Mammal Protection Act. 

This will be a Fixed-Price Multiple Award Contract (MAC), Indefinite-Quantity Type contract with a base and six (6) option periods, under which work will be required on an “as needed” basis, intermittently, during the life of the contract. The anticipated MAC capacity is $99 Million.

The field crew of the potential contractor shall be composed of personnel who can qualify, in accordance with the minimum professional qualification requirements, as well as, for access to any of these areas. The Government utilizes various Microsoft platforms, Adobe Acrobat, ESRI ArcGIS, and other software. In preparation of documents and correspondence, the contractor shall ensure compatibility with the government’s current software systems. All work completed under the resultant contract shall be produced on, or transferred to, a computer that uses the Navy’s current operating system. Firms who are interested, and meet the requirements described in this announcement, are invited to submit a completed:

(1) Information Summary Matrix, in which key personnel information should briefly identify education, prior projects, the person’s role in the project, and current employer; all information requested should be included on this form for evaluation purposes; while not a requirement, resumes may be included; and

(2) Potential Offeror Questionnaire, all questions must be completely and fully addressed prior to submittal, which will be reviewed and evaluated upon receipt.

Firms shall be registered in SAM via https://www.sam.gov in order to do business with the federal government. Provide Unique Entity ID (UEI) and CAGE Code in Block 3 of the Information Summary Matrix. Firms must have on-line access to e-mail via the internet for routine exchange of correspondence. Information Summary Matrix and the Potential Offerors Questionnaire should be submitted using the attached forms by electronic mail to rachel.m.gerakas.civ@us.navy.mil and casey.c.sugihara.civ@us.navy.mil no later than 26 February 2026, 2:00pm HST. Complete information must be submitted, as the Government will not seek clarification of information provided.

The market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government.  The Government will not provide a debriefing on the results of this survey.  All information will be held in a confidential manner and will only be used for the purposes intended.  NO TELEPHONE CALLS OR FACSIMILES WILL BE ACCEPTED.  Responses received after the deadline or without the required information will not be considered.  Since this is a Sources Sought announcement only, evaluation letters will be not be issued to any respondent.

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.