Skip to content
Department of Defense

ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services

Solicitation: N6852026R1001
Notice ID: f4b1cec46f2c4c1a82b13e345a3169cc

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Feb 17, 2026. Industry: NAICS 488190 • PSC J017.

Market snapshot

Awarded-market signal for NAICS 488190 (last 12 months), benchmarked to sector 48.

12-month awarded value
$7,811,301
Sector total $1,173,350,178 • Share 0.7%
Live
Median
$29,302
P10–P90
$8,054$177,388
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.7%
share
Momentum (last 3 vs prior 3 buckets)
+39189%($7,771,638)
Deal sizing
$29,302 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 MD
Live POP
Place of performance
Fleet Readiness Center Ase, Bldg 105 B Avenue, Solomons Md 20688 • Solomons, Maryland • 20688 United States
State: MD
Contracting office
Patuxent River, MD • 20670 USA

Point of Contact

Name
Ndidiamaka Umeh
Email
ndidiamaka.umeh@navy.mil
Phone
3017575160
Name
Kurt Dronenburg
Email
kurt.j.dronenburg.civ@us.navy.mil
Phone
(240) 298-4610

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR HQS • FLEET READINESS CENTER
Contracting Office Address
Patuxent River, MD
20670 USA

More in NAICS 488190

Description

This notice is being provided to inform industry that this is the RFP/solicitation for ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services. This is a follow up to the Pre-Solicitation Notice on SAM.gov under Notice ID: N68520-25-RFPREQ-QK00000-0063-DraftRFP. Background/Requirement: Sources Sought Notice posted 12 March 2025 and closed on 27 March 2025. Presolicitation Notice for Draft PWS/SOW posted on 12 June 2025 and closed on 26 June 2025. Presolicitation Notice for Draft RFP posted 22 September 2025 and closed on October 07, 2025, with an updates on 30 September 2025 to respond to no Industry Day and on 07 November 2025 to provide industry Government responses to industry questions, comments and/or feedback. The work required by this contract includes modernization, conversion, in-service repair, disassembly, and all other categories of MROL as stated in NAVAIR Instruction (citation). The Contractor shall provide SE Depot level (D-level) and Intermediate (I-Level) scheduled (preventative) and unscheduled (restorative) maintenance; which includes the servicing, functional and operational testing, repair and replacement of unserviceable parts, assemblies, subassemblies and components; making structural repairs, manufacturing of SE parts; incorporation of approved modifications, support configuration, reclamation, and conversions and perform corrosion control to include paint and final finish of SE. This includes logistical support and capabilities that will complement and enhance the work required herein. This acquisition is being competed as a total 8(a) small business set aside. Contract Type: Cost Plus Fixed Fee Anticipated Period of Performance: January 2027 to January 2032, five(5) one (1)-year ordering periods with a 6-month option to extend services. All offers/responses must be submitted under the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Amendment 0001: Attachment 30 -Solicitation Sections L_M, Section L, Part A, paragraph 4.4. Questions to this solicitation must be submitted by January 5, 2026 12:00PM ET. Offerors are cautioned not to include proprietary information in any questions because the Government may release it to all Offerors. The Government reserves the right not to respond to any questions received concerning this RFP after the deadline and it is not the Government?s intention to extend the proposal due date to questions and answers received after the deadline. Please use the Attachment 35 - Attachment Question Submittal Form_FinalRFP document to submit questions for review. Questions submissions should be emailed to both the Contract Specialist, Ndidiamaka Umeh ndidiamaka.n.umeh.civ@us.navy.mil and PCO, Kurt Dronenburg kurt.j.dronenburg.civ@us.navy.mil. Site Visit Opportunity: The Government will have one (1) day for a site visit at Fleet Readiness Center ASE Solomons, B AVENUE BLDG 105, SOLOMONS MD 20688-0054 on Friday January 16, 2026 from the hours of 8AM-12PM ET. There will be no other opportunities for a site visit. Government Representative, Charles Seader charles.k.seader.civ@us.navy.mil, is coordinating this site visit and all communications to participate must be directed to him no later than close of business January 7, 2026. In order to participate in this site visit, there are requirements that must be met. As this is an 8(a) set-aside requirement, only 8(a) offerors are allowed to participate and must provide documentation as proof of 8(a) status that the Government can verify. The Government will not be responsible for any costs in offeror participation in the site visit. Each 8(a) offeror must provide their own travel and transportation costs. Requirements: maximum two (2) representatives from each 8(a) offeror, maximum one (1) car per 8(a) offeror, each representative must submit the following information to Charles Seader: Maiden Name, Birth Date, Birth Country, Birth City and State, Citizenship, Country of Residence, Phone Number, Position/Title, Employment Organization, DL # State and Expiration Date, Cage Code. Amendment 0002: Proposal submission date: Extended to Monday February 16, 2026 at 3PM ET. It is not the Government?s intention to extend the proposal past this due date. Responses to Q_A: Government responses to questions submitted by January 5, 2026 12:00PM ET has been added as Attachment 36 - Attachment Question Submittal Responses_FinalRFP. Other Document Updates: Section A - WD update and Award timeline, Section B and CLINs - Hours update, BTXT.211-9503, Surge DFARS 252.217-7001, Exhibit A - CDRLs, Attachment 01 ? PWS, Attachment 04 - Team Complement Table, Attachments 20-29 WDs (Includes Calvert County, MD WD Update to 2015-5873), Attachment 30 - Solicitation Section L_M, Attachment 32 ? Attachment L-2 Key Personnel Qualification Matrix, Attachment 33 - Attachment L-3 CRM, Attachment 34 - Attachment L-4 FRCASE Cost. Site Visit: The site visit brief is under Attachment 37 - FRCASE Brief Site Visit_2026JAN16. Attendees: Michelle Thomas - Seabrook, Morris Davis - Bowhead, Heidi Moran - Bowhead, James Sanchez - Tyonek, Derek Wilson - Tyonek, Taryn Wilson - Areli, William Seith - Alutiiq, Michael Key - Yulista, Philip Torem - Yulista, Tamiko Bailey - Baileys Premier Service. Amendment 0003: Proposal submission date: Extended to Tuesday February 17, 2026 at 3PM ET due to February 16, 2026 being a Federal Holiday. It is not the Government?s intention to extend the proposal past this due date and won?t accept late submissions. Attachment 36 - Attachment Question Submittal Responses_FinalRFP has been updated to include missed timely submitted questions.

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.