Skip to content
Department of Defense

Commercial Industrial Services (CIS) Scaffolding - USS JOHN P. MURTHA (LPD-26) and USS PRINCETON (CG-59)

Solicitation: N5523626Q0045
Notice ID: f58ac46cab3448e6b90e227f08df2338
TypeSolicitationNAICS 238990PSCJ999Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateCAPostedFeb 19, 2026, 12:00 AM UTCDueFeb 19, 2026, 10:00 PM UTCExpired

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Feb 19, 2026. Industry: NAICS 238990 • PSC J999.

Market snapshot

Awarded-market signal for NAICS 238990 (last 12 months), benchmarked to sector 23.

12-month awarded value
$8,625,508
Sector total $33,071,130,462 • Share 0.0%
Live
Median
$1,146,385
P10–P90
$250,317$2,042,452
Volatility
Volatile156%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-6%(-$277,700)
Deal sizing
$1,146,385 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 CA
Live POP
Place of performance
San Diego, California • 92136 United States
State: CA
Contracting office
San Diego, CA • 92136-5205 USA

Point of Contact

Name
Samantha Toles
Email
samantha.l.toles.civ@us.navy.mil
Phone
6195566047
Name
Dayen Lagunas
Email
dayen.lagunas.civ@us.navy.mil
Phone
6197080908

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 238990

Description

This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with FAR Part 13 additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

Request for Quotation (RFQ) N5523626Q0045 is issued as a Total Small Business Set-Aside under NAICS 238990 - All Other Specialty Trade Contractors. Large businesses are ineligible for award under this NAICS.

The requirement is to provide labor, services, equipment, and materials for the on-load, assembly, certification, modification, disassembly, and offload of scaffolding and fall protection materials onboard USS John P. Murtha (LPD-26) and USS Princeton (CG-59) in accordance with the attached Statements of Work (SOW).

The Period of Performance is 23 February 2026 – 07 March 2026 for the USS John P. Murtha (LPD-26) and 20 February 2026 – 08 March 2026 for the USS Princeton (CG-59).

The USS John P. Murtha (LPD-26) Statement of Work (SOW), USS Princeton (CG-59) Statement of Work (SOW), Revised Itemized Pricing Sheet (both tabs), and Revised Request for Clarification Form are attached.  For additional information please contact Samantha Toles, samantha.l.toles.civ@us.navy.mil (primary) and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil  (secondary).

Questions about this solicitation will be directed to the Contract Specialist only by submission of Request for Specification Clarification Form by 0800 PST 18 February 2026.

Evaluation will be conducted on a Lowest Price Technically Acceptable (LPTA) basis.

Offerors must submit:

  • Completed Itemized Pricing Sheet (CLINs 0001–0028)
  • A cover letter or email containing the required technical documentation (as described below under Factor 2 – Technical Acceptability)

Please submit your quote via e-mail to Samantha Toles, samantha.l.toles.civ@us.navy.mil (primary) and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil (secondary).

QUOTES must be received by the destination inbox no later than 19 FEBRUARY 2026 at 1400 (Pacific). Late quotes will not be considered.

52.212-1 Instructions to Offerors – Commercial Products and Commercial Services SEP 2023. Offerors must comply with all instructions contained herein.

To be considered for award, the Offeror shall submit a complete quote package consisting of the following:

  1. Itemized Pricing Sheet
  2. Cover Letter or Email which includes all Technical documentation as specified below in Factor 2 – Technical Acceptability.

Evaluation Factors:

Factor 1 – Price: Price will be evaluated based on the total combined price, for reasonableness in accordance with FAR 13.106-3. Award will be made to the offeror providing the Lowest Price Technically Acceptable (LPTA). The Offeror must provide:

  1. Completed Itemized Pricing Sheet with all required fields completed.
  2. Total evaluated price shall be the sum of CLINs 0001–0028.

Factor 2 – Technical Acceptability: Technical Acceptability will be evaluated on an Acceptable/Unacceptable basis. To be rated Acceptable, the Offeror must provide:

  1. Cover Letter or Email documenting:
  1. An approved Quality Management System per NAVSEA Standard Item 009-04
  2. Confirmation of DBIDS registration/authorization
  3. CAGE code and UEI
  4. Identification of one lead individual who will coordinate all aspects of performance (name, title, phone, email) *
  5. Written statement confirming ability to meet the required delivery date
  6. Written statement confirming capability and resources to perform the work described in the SOW

Factor 3 – Past Performance: The Government will evaluate the past performance of each offeror using the Supplier Performance Risk System (SPRS). DFARS provision 252.204-7024 Notice on the Use of the Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference. Offerors are encouraged to provide listing(s) of similar work performed within the past three (3) years, including scope, magnitude, and complexity.

Failure to submit required documentation may render the quote technically unacceptable.

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.