Skip to content
Department of Defense

Emergenetics Profile

Solicitation: N0017826Q6687
Notice ID: ed4b8351b004454189ad2b60ec6fae40
TypeCombined Synopsis SolicitationNAICS 611710PSCR699DepartmentDepartment of DefenseAgencyDept Of The NavyStateVAPostedFeb 24, 2026, 12:00 AM UTCDueMar 05, 2026, 05:00 PM UTCCloses in 9 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 05, 2026. Industry: NAICS 611710 • PSC R699.

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: N0017826Q6687. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 611710 (last 12 months), benchmarked to sector 61.

12-month awarded value
$8,032,039
Sector total $112,444,536 • Share 7.1%
Live
Median
$4,016,020
P10–P90
$861,764$7,170,275
Volatility
Volatile157%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
7.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($8,032,039)
Deal sizing
$4,016,020 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
Dahlgren, Virginia • 22448 United States
State: VA
Contracting office
Dahlgren, VA • 22448-5154 USA

Point of Contact

Name
Heather Wiley
Email
heather.wiley@navy.mil
Phone
5407428742

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • NSWC DAHLGREN
Contracting Office Address
Dahlgren, VA
22448-5154 USA

More in NAICS 611710

Description

COMBINED SYNOPSIS/SOLICITATION #:    N0017826Q6687

Submitted by: Heather Wiley

NAICS Code:  611710

FSC/PSC Code:  R699

Anticipated Date to be published in SAM.gov:  02/24/2026
 

Anticipated Closing Date: 03/05/2026

Contracts POC Name:  Heather Wiley

Telephone#:  540-742-8742

Email Address:  heather.r.wiley2.civ@us.navy.mil

PSC/FSC Code and Description:  R699- Business administration services

Basis for award:

__ Brand Name or Equal - FAR 6.103-1(d)

_x_ Sole Source - FAR 6.103-1(b)

__ Full and Open - Far 6.101

__ Total Small Business Set Aside - Far 19.104-1

This is a combined synopsis/solicitation for commercial items or service prepared in accordance with FAR Part 12 using the publicizing requirements of FAR Part 5.This announcement constitutes the only solicitation. Quotations are being requested and a separate written solicitation will not be issued.

Synopsis/Solicitation N0017826Q6687 is issued as a Request for Quotation (RFQ). The provisions and clauses incorporated in this solicitation are those in effect through the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement as of the date of issuance and are included in the attached SF 1449.

For commercial acquisitions using simplified procedures under FAR Part 12, Buy American applies unless the value exceeds the applicable Trade Agreements threshold, in which case Trade Agreements apply.

The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to procure products/service manufactured by Browning Group International, Inc. DBA Emergenetics International as follows:  Emergenetics Profiles. See the attached Requirements List, DID/CDRL, and SOW as applicable. 

Browning Group International, Inc. DBA Emergenetics International is located in Centennial, CO.

Without these specific profiles, the EEP cannot host workshops and cannot utilize the existing certifications.  There are numerous requests across the Command for the EEP to host Emergenetics® workshops and this demand signal is increasing.  Without utilizing the Emergenetics® profiles, the EEP cannot hold Emergenetics® workshops as they are specifically tailored around the profiles.  As a result, the NSWCDD will be unable to improve team effectiveness, better understand customer needs and excel as a high-performing learning organization.

All costs associated with this requirement must be included in the quoted price. This includes shipping and freight to Dahlgren, VA 22448-5114 as well as any tariff or duty charges. No additional costs may be added after award. Where applicable, DFARS 252.225-7013, Duty-Free Entry, will be incorporated. The Government will utilize Simplified Acquisition Procedures, and the order will be issued on a firm fixed-price basis.

All responsible offerors shall submit a quotation in response to this solicitation. By submission of a quotation, the offeror represents compliance with the applicable representations and certifications, which are incorporated by reference and completed in the System for Award Management (SAM), as applicable. Submission of a quotation shall constitute the offeror’s unconditional agreement to the terms and conditions of this solicitation. The offeror shall provide documentation from the Original Equipment Manufacturer (OEM) confirming the offeror is an authorized reseller or distributor of the brand-name item(s) quoted. Quotations submitted without such documentation may not be considered for award. Quotations that take exception to the terms and conditions of this solicitation may be rejected.

Offerors are encouraged to submit published pricing, historical pricing data, or other information to support the Government’s price analysis and determination of fair and reasonable pricing.  Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization.  Award will be made on a Lowest Price Technically Acceptable basis.

In order to be eligible for award, firms must be registered in the System for Award Management (SAM).  Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.

Proposal is due by 5 March 2026, no later than 12:00 p.m. EST. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to heather.r.wiley2.civ@us.navy.mil prior to the RFQ closing.  Email should reference Synopsis/Solicitation Number N0017826Q6687 in the subject line.

Attachments –

-Requirements List, DID/CDRL, SOW

-SF1449:  Solicitation/Contract/Order for Commercial Items

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.