- 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
Textile Weathering Lab Equipment Maintenance and Service (TMET)
Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MA. Response deadline: Apr 16, 2026. Industry: NAICS 541380 • PSC J066.
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 541380 (last 12 months), benchmarked to sector 54.
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 61 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541380
Description
DESCRIPTION OF REQUIREMENT:
The contractor's primary focus shall be to conduct preventative maintenance and certification of calibration for the following equipment models (internal-generated bar code in parentheses):
- Atlas LLC model numbers CI4000 (63897, serial 25313), CI35F (18811), M222QTP, SDL Atlas model numbers LHT (10399), M228AA (80160), M6 (98236, 98237, 98238), Pellerin model number 36026Q6P (46580)
The contractor shall provide the above equipment a service plan that includes monthly preventative maintenance visits with a certificate of calibration every 6 months or as needed for CI4000 (63897, serial 25313), CI35F (18811), M222QTP (QTP222), and M6 (98236, 98237, 98238), The service shall provide assurance that the systems meet the specified requirements for weathering, fading, and laundering. The contractor shall provide yearly service for the SDL Launder-Ometer LHT (10399), M228AA (80160), Pellerin Milnor 36026Q6P (46580) and the HRO-400 and HRO-200 Harris-Millipore Systems. The contractor shall provide parts as needed during the service.
SUBMISSION REQUIREMENTS:
The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Proposals should be prepared simply and provide concise description of capabilities to satisfactorily perform all requirements. Responses to this announcement shall include:
1. A Firm Fixed Price (FFP) Quote, inclusive of all charges and with FOB destination shipping terms, for the requirement stated above. The Quote shall not include taxes (tax exempt certificate may be provided to the awardee upon request). The response to this solicitation shall include company name and address, CAGE code, DUNS number, Point of Contact (POC) name and e-mail address, and acknowledgement of amendments to this solicitation (if any).
2. The Offferor shall include with its quote a clear demonstration and understanding of the technical requirements as defined in the Statement of Work (SOW) - i.e., technical performance requirements related to the specific maintenance and calibration of the defined specialized equipment, personnel qualifications and experience, and compliance with deliverables.
3. As prescribed in DFARS 252.204-7007, interested parties must be registered with System for Award Management (SAM) under the NAICS 541380. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov. Contractors are encouraged to complete SAM registration filing as soon as possible; the Government may not delay award for the purpose of allowing a contractor time to register in SAM.
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.