Skip to content
Department of Defense

16--CABLE-DVI-D VIDEO

Solicitation: N0038326QLA74
Notice ID: 01ba93ed4cfd4216a767b70614cf8510
TypePresolicitationPSC1680DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 11, 2026, 12:00 AM UTCDueMar 16, 2026, 04:00 AM UTCCloses in 12 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 16, 2026. Industry: PSC 1680.

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: N0038326QLA74. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$5,847,725,739,482
Sector total $5,847,725,739,482 • Share 100.0%
Live
Median
$2,158,878
P10–P90
$329,060$15,722,270
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+212013%($5,841,790,509,444)
Deal sizing
$2,158,878 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 PA
Live POP
Place of performance
Not listed
State: PA
Contracting office
Philadelphia, PA • 19111-5098 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Published Jan 30, 2026
Pennsylvania • Armstrong
ASBESTOS WORKER/HEAT & FROST INSULATOR MECHANICAL- Duct, Pipe & Mechanical System Insulation and Industrial Work (Including Duct and Pipe)
Base: $46.50 • Fringe: $29.43
BOILERMAKER
Base: $48.28 • Fringe: $33.17
TILE FINISHER
Base: $28.76 • Fringe: $17.16
Match signal: state match
Published Jan 30, 2026
Pennsylvania • Erie
BOILERMAKER
Base: $48.28 • Fringe: $33.17
TILE FINISHER
Base: $28.76 • Fringe: $17.16
TILE SETTER
Base: $35.64 • Fringe: $21.63
Match signal: state match
Published Jan 30, 2026
Pennsylvania • Carbon, Lehigh
BRICKLAYER
Base: $45.45 • Fringe: $30.16
CARPENTER
Base: $45.13 • Fringe: $29.04
ELECTRICIAN (Includes Communication Technician and Low Voltage Wiring)
Base: $50.00 • Fringe: $25.93
Match signal: state match
Published Jan 30, 2026
Pennsylvania • Franklin
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) (Asbestos Abatement, Removal from Mechanical Systems Only)
Base: $40.00 • Fringe: $29.81
BOILERMAKER
Base: $55.00 • Fringe: $35.48
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base: $33.99 • Fringe: $16.87
Match signal: state match

Point of Contact

Name
KATLYN M. GALETTO, N792.11, PHONE , EMAIL KATLYN.M.GALETTO.CIV@US.NAVY.MIL
Email
KATLYN.M.GALETTO.CIV@US.NAVY.MIL
Phone
215)697-6549

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS PHILADELPHIA • NAVSUP WEAPON SYSTEMS SUPPORT
Contracting Office Address
Philadelphia, PA
19111-5098 USA

Description

NSN 1R-1680-LLF02N657-P8, REF NR 1072394P-6, QTY 1 EA, DELIVERY FOB ORIGIN. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights,manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS)Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/"Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.The proposed contract action is for supplies or services for which theGovernment intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.Award will be made only if the offeror, the product/service, or themanufacturer meets the qualification requirement(s) at time of award, inaccordance with FAR clause 52.209-1. The solicitation identifies the officewhere additional information can be obtained concerning qualificationrequirements and is cited in each individual solicitation.Based upon market research, the Government is not using the policies containedin FAR Part 12, Acquisition of Commercial Items, in its solicitation for thedescribed supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in thesolicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation. This solicitation is for made new manufacture spare parts. This is a sole source requirement. The Government physically does not have in its possession sufficient, accurate, or legible data to contract with other than the current source. These items require Government Source Approval prior to award. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Brochure which can be obtained on the internet at https://www.navsup.navy.mil/public/navsup/wss/business_opps/. Offers received which fail to provide all data required by the source approval brochure will not be considered for award under this solicitation. For information or questions regarding this notice, please contact Katlyn Galetto at the email address: Katlyn.m.galetto.civ@us.navy.mil. NAVSUP WSS Requests proposals submitted in response to this solicitation remain valid for a minimum of 120 days following submission. All contractual documents related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein.

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.