Skip to content
Department of Defense

RADOME

Solicitation: N0038325QT242
Notice ID: 061ccb15cb044e11a666da3216011bff
TypeSolicitationNAICS 336413PSC1560DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 11, 2026, 12:00 AM UTCDueMar 10, 2026, 08:30 PM UTCCloses in 14 days

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 10, 2026. Industry: NAICS 336413 • PSC 1560.

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: N0038325QT242. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$355,698,702
Sector total $20,863,764,918 • Share 1.7%
Live
Median
$97,445
P10–P90
$29,456$934,247
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.7%
share
Momentum (last 3 vs prior 3 buckets)
+3121%($334,280,622)
Deal sizing
$97,445 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

Point of Contact

Name
Telephone:
Email
KELLY.A.GIPSON2.CIV@US.NAVY.MIL
Phone
2156974787

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

More in NAICS 336413

Description

CONTACT INFORMATION|4|N791.05|BFC|215-697-0484|christina.foley1@navy.mmil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report Combo||TBD|N00383|TBD|TBD|See Schedule|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2025)|12|336413|1250||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| The purpose of this amendment is to update the POC to Kelly Gipson. Quotes may be emailed to the below address and must be received by 04:30PM EST on the closing date, hereby updated to 10 MARCH 2026: Kelly.a.gipson2.civ@us.navy.mil Quotes received after the closing date are considered to be late and will not be considered for award. If only one acceptable quote is received in response to this solicitation, competitive procedures will shift to sole source negotiations. \ The purpose of this amendment is to extend the solicitation close date to 13 JUN 2025. \ The purpose of this amendment is to extend the solicitation close date to 27 May 2025. \ The purpose of this amendment is to extend the solicitation close date to 09 MAY 2025. \ The purpose of this amendment is to extend the solicitation close date to 21 APR 2025. \ The purpose of this amendment is to extend the solicitation close date to 03 APR 2025. \ This solicitation is for a repair requirement and will be using competitive procedures. This requirement will be awarded to the offeror who can offer the best value to the Government. The evaluation factors for this requirement will be past performance, time of delivery, and price. If only one offer is received in response to this solicitation, competitive procedures will shift to sole source negotiations. Offers must be submitted by closing date and time listed on Page 1 of this solicitation. Offers received after the closing date and time are considered to be late andwill not be considered for award. All offers must be submitted in accordance with Section L of the solicitation. Repair Turnaround Time (RTAT) definition: The contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Required RTAT: 0178 days after receipt of asset. Throughput Constraint: Contractor must provide a throughput Constraint foreach NSN(s). Total assets to be repaired monthly after initial delivery commences X/month (contractor fill in #). A throughput of ## (000)___ per month reflects no throughput constraint. Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS Contracting Officer. Reconciliation: A reconciliation modification will be issued after final Inspection and Acceptance of all assets inducted under this contract. The parties have agreed to a price (shown on the schedule page) for each unit at the negotiatedRTAT. Such prices are based on the Contractor meeting the RTAT requirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, consideration will be assessed and subject to negotiation. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) 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. Early and incremental deliveries accepted. \ 1. SCOPE 1.1 Articles to be furnished hereunder shall be repaired, tested andinspected in accordance with the terms and conditions specified in theRequirements Section of this document. 1.2 Unless expressly provided for elsewhere in this clause, equipment suchas fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, orany other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.3 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.4 If MIL-STD-454 is referenced in the drawings or in the specification,the contractor is expected to show compliance with IPC/EIAJ-STD-001C Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as requried by IPC/EIAJ-STD-001C paragraph 5.1.4. 2. APPLICABLE DOCUMENTS THIS RADOME MUST BE REPAIRED IAW APPLICABLE REPAIR DOCUMENTS/MANUALS FOUND IN THE A1-F18AC-IETM 3. REQUIREMENTS Repair: F/A-18A-D Radomes must be IAW the Statement of Work and all publications as required/A1-F18A-C-IETM/A copy of the Statement of Work resides with NAVSUP WSS N23 Engineering office and is available on request. The contractor shall prepare and maintain manufacturing, repair, modification assembly and inspection procedures which shall be made available to the Government for review and approval.The procedures shall include sequential diagramsof a process as well as the performance specification to perform the procedures. 4. QUALITY ASSURANCE A team from NAVSUP WSS code N23, FRCSW NAVAIR code 4.3.3.1, and the DCMA will be present for the First Article inspection of the Radome. The inspection will include a review of all the repair and inspection documentation. Also testing of the radome.The repair facility must contact the inspection team at least 30 days prior to the inspection so travel arrangements can be made. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE

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.