- 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
61--MOTOR,ALTERNATING C, IN REPAIR/MODIFICATION OF
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 19, 2026. Industry: PSC 6105.
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
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.
Point of Contact
Agency & Office
Description
NSN 7H-6105-013508765, TDP VER 004, QTY 2 EA, DELIVERY FOB ORIGIN. The Government does not own the data or the rights to the data needed to purchase / contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single 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 ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Department of the Navy is soliciting bids for the repair and modification of 2 ea motors (NSN 7H-6105-013508765, TDP VER 004), with delivery specified FOB origin. This notice is set aside exclusively for small businesses, showcasing a commitment to fostering competition among smaller suppliers. The solicitation will include specific small business set-aside clauses to support varied socio-economic categories such as HUBZone and Service-Disabled Veteran-Owned Small Business concerns.
The buyer is looking to obtain repair services for specific motors without acquiring data rights, as it has been deemed uneconomical to procure this data or reverse engineer the parts.
- Identify qualified small business concerns for bids
- Review and comply with FAR clauses for set-asides
- Prepare proposal including technical and pricing information
- Submit completed proposal before February 19, 2026
- Proposal detailing technical capabilities
- Pricing structure with justification
- Compliance with designated FAR clauses
- Bidding form as per solicitation requirements
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Exact performance period required for the contract is unspecified
- Additional technical specifications for the motor repair services are missing
- Details regarding the evaluation criteria for proposals are not provided
- Information on potential bidders' past performance evaluations is absent
- No clarification on if future modifications may affect the contract terms
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.