- 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
5 Year LTC, HEAT EXCHANGER,AIRC
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Apr 15, 2026. Industry: NAICS 336413 • PSC 1615.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 102 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336413
Description
NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia - intends to solicit a five-year repair requirements contract on a sole sourced basis authorized by 10 USC 3204(a)(1), only one responsible source will satisfy agency requirements, as implemented by FAR 6.302-1. The intention of the forth coming solicitation is to award a five-year requirements contract with no options, for the requirement.
The Navy does not currently have in its possession any data, supporting test equipment, and associated specifications required to repair this item. This item has been deemed as Critical Safety Item (CSIs), thus limiting qualified sources. Only the source (BOYD CORPORATION, Cage:11245) previously approved by the Government for repair of this item will be solicited. An alternate source must qualify in accordance with the design control activity’s procedures, as approved by the cognizant Government engineering activity. The subject item requires Government source approval prior to contract award. Only the sources previously approved by the Government for repair of this item will be solicited. Failure by any source other than Erickson Inc. or Hamilton Sundstrand to respond will result in NAVSUP WSS considering them not interested. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source.
The purpose of this synopsis is to allow potential vendors to contact the contract specialist under the 15 day window if they are able to perform the repair of the item listed in the Attachment. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
The repairable assemblies to be repaired and/or modified under the forthcoming agreement are set forth by manufacturers part number and constitute Government Property as defined in FAR clause 52.245-1 Government Property or FAR 52.245-1 Alternate I, as applicable. The item under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Item Unique Identification (IUID) requirements will apply and will be posted in the solicitation. This procurement is not a Small Business Set-Aside.
Electronic procedures will be used for this solicitation. The approximate issue date for the Solicitation will be 15 APRIL 2026 with an approximate response/closing date of 15 MAY 2026. No telephone requests will be honored and no hard copies will be mailed out.
Interested organizations may submit their capabilities and qualifications to perform the effort by email to the NAVSUP WSS N7 Contract Specialist, Caitlin Donahue, caitlin.v.donahue.civ@us.navy.mil
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.