Skip to content
Department of Defense

Commercial Industrial Services (CIS) Preservation (Interior and Exterior Surfaces) Services Follow-on MAC-IDIQ

Solicitation: N5523626R0008
Notice ID: e99083c6a24b47f18f24408f21f527d4
TypeSources SoughtNAICS 336611PSCJ999Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyPostedFeb 03, 2026, 12:00 AM UTCDueFeb 17, 2026, 10:00 PM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: Naval Base San Diego • 92136. Response deadline: Feb 17, 2026. Industry: NAICS 336611 • PSC J999.

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 $20,448,118,707 • Share 51.8%
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.
51.8%
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 →
Live POP
Place of performance
Naval Base San Diego • 92136
Contracting office
San Diego, CA • 92136-5205 USA

Point of Contact

Name
Alondra Moreno
Email
alondra.moreno3.civ@us.navy.mil
Phone
(619)664-1869
Name
Natalie Arenz
Email
natalie.m.arenz.civ@us.navy.mil
Phone
(619) 548-5309

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
REGIONAL MAINTENANCE CENTER • SOUTHWEST REGIONAL MAINT CENTER
Contracting Office Address
San Diego, CA
92136-5205 USA

More in NAICS 336611

Description

This is a Sources Sought announcement in accordance with FAR 15.201 and in anticipation of a potential future procurement program. Southwest Regional Maintenance Center (SWRMC) is conducting market research to determine industry capability and interest in performing the follow-on indefinite delivery, indefinite quantity (IDIQ) contract for Commercial Industrial Services (CIS) Preservation (Interior and Exterior Surfaces) Services for the removal of existing preservation coating system, surface preparation, and application of new preservation coating system onboard U.S. Navy ships and other vessels. This is not a request for proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. SWRMC is seeking small business concerns along the West Coast. The prospective contractor will need to accomplish the removal of existing preservation coating system, surface preparation, and application of new preservation coating system for (CIS) Preservation (Interior and Exterior Surfaces) Services. The work will be accomplished at Naval Base San Diego. The contemplated period of performance (POP) is from 11/17/2026 to 11/16/2031.The applicable NAICS is 336611 Ship Building and Repairing. Interested vendors should submit a capabilities statement (not to exceed five pages) that demonstrates their capability to perform the services described herein. The capabilities statement shall include: Company name, Address, Business size (large, small, 8(a) small business, women-owned small business, HUBZone small business, veteran-owned small business, or service-disabled veteran-owned small business)(more than one category may be selected as applicable), Point of contact (POC) information for the interested firm, Company technical capabilities. The capabilities statement should also identify, by contract number, past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a point of contact for the customer/recipient of the work performed. The vendor shall describe if they have experience performing similar repair requirements and if they can accomplish at least 51 percent of the work in the specification package in-house. The Government will evaluate each respondents capabilities statement to determine if the respondent has the requisite technical capabilities, and experience to complete the requirements described herein. No telephone inquiries will be accepted. The Government does not commit to providing a response to any comments or questions. No basis for a claim against the Government shall arise as a result of this announcement. Responses should be received no later than 17 February 2026. All responses should be forwarded to Ms. Alondra Moreno, at alondra.moreno3.civ@us.navy.mil, Ms. Natalie Arenz, at natalie.m.arenz.civ@us.navy.mil, and Mr. Roderick Rioveros, at roderick.q.rioveros.civ@us.navy.mil.

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.