Skip to content
Department of Defense

Scrap Ethernet Wire

Solicitation: MMP100-26-345
Notice ID: 0951053f7d8649f29db9d0124df26389
TypeSale Of Surplus PropertyNAICS 423930PSC9680DepartmentDepartment of DefenseAgencyDept Of The NavyStateNCPostedMar 20, 2026, 12:00 AM UTCDueMar 24, 2026, 06:00 PM UTCExpired

Sale Of Surplus Property from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Mar 24, 2026. Industry: NAICS 423930 • PSC 9680.

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: MMP100-26-345. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$6,804,760,537
Sector total $6,804,760,537 • Share 100.0%
Live
Median
$88,212
P10–P90
$28,176$752,632
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)
+100%($6,804,760,537)
Deal sizing
$88,212 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 NC
Live POP
Place of performance
Camp Lejeune, North Carolina • 28547 United States
State: NC
Contracting office
Camp Lejeune, NC • 28542-0004 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
NC20260101 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026North Carolina • Forsyth
Rate
BRICKLAYER
Base $18.62Fringe $0.00
Rate
CARPENTER
Base $15.71Fringe $0.00
+29 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 29 more rate previews.
Davis-BaconBest fitstate match
NC20260101 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Forsyth
Rate
BRICKLAYER
Base $18.62Fringe $0.00
Rate
CARPENTER
Base $15.71Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $15.52Fringe $0.00
+28 more occupation rates in this WD
Davis-Baconstate match
NC20260118 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Davie, Stokes, Yadkin
Rate
BRICKLAYER
Base $18.62Fringe $0.00
Rate
CARPENTER
Base $15.84Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $15.63Fringe $0.00
+28 more occupation rates in this WD
Davis-Baconstate match
NC20260050 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Alleghany
Rate
PIPEFITTER (Excluding HVAC System Installation)
Base $31.66Fringe $12.69
Rate
BRICKLAYER
Base $18.45Fringe $4.18
Rate
CARPENTER (Drywall Hanging Only)
Base $17.59Fringe $2.31
+18 more occupation rates in this WD
Davis-Baconstate match
NC20260019 (Rev 1)
Open WD
Published Jan 30, 2026North Carolina • Alamance, Alexander, Alleghany +97
Rate
CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+17 more occupation rates in this WD

Point of Contact

Name
Gary J. Denson
Email
gary.j.denson@usmc.mil
Phone
9104512037
Name
Juan-Pablo Nakamura
Email
juan.nakamura@usmc.mil
Phone
9104514214

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
USMC
Office
MARCORP I&L • MARINE CORPS INSTALLATIONS COMMAND • MCIEAST • COMMANDING GENERAL
Contracting Office Address
Camp Lejeune, NC
28542-0004 USA

More in NAICS 423930

Description

Material: Approximately 12,000 pounds of scrap ethernet wire containing copper, palletized and wrapped. The Buyer is invited to inspect the property prior to submitting a bid. Call 910-451-4214 to schedule an appointment. The Government reserves the right to vary the quantity tendered or delivered to the Purchaser by 10 percent, when the property is sold by weight.   

1. INSTRUCTIONS. All bids must be received by the Bid Deadline, March 24, 2026, at 2:00pm EST. Bids may be mailed/faxed/emailed/hand delivered to:

GF Department, Public Works Division

Attn: Gary Denson, FSC/Landfill Section

1005 Michael Road

MCB Camp Lejeune, NC 28547

FAX: 910-451-9935

EMAIL: gary.j.denson@usmc.mil

2. CONSIDERATION OF BIDS, MODIFICATIONS, OR WITHDRAWLS. The Government reserves the right to reject any and/or all bids. Award will be given to the highest responsive and responsible bidder. When two or more highest bids are equal in all respects, award shall be made by drawing, limited to the highest equal bids. The drawing shall be witnessed by at least two persons. By signing the bid, the buyer guarantees its bid price until material is removed.

3. BUYER ELIGIBILTY. The Buyer must be a United States citizen and eligible to obtain a Department of State, Department of Commerce, or Office of Foreign Assets Control export license. The Buyer is required to report suspected instances involving fraud and abuse, theft or violation of the Arms Export Control Act, illicit diversion of U.S. export-controlled technology, or other violations of U.S. Export laws and regulations involving DOD programs and operations.

4. DANGEROUS PROPERTY CLAUSE. Buyers are cautioned that articles or substances of a dangerous nature may remain in the property regardless of the care exercised to remove same. The Government assumes no liability for damages to property of the Purchaser or for personal injury, disability or death of the Buyer, its employees, or to any other person arising from or affiliated with the purchase, use or dispositions of this material. The Buyer shall hold the Government harmless from any and all such demands, suits, actions, or claims arising from or otherwise relating to the purchase of this material. 

5. DEPOSIT/PAYMENT. The Buyer is required to make a 20% deposit by certified or company check made payable to the U.S. Treasury prior to pick-up of the material. NO PERSONAL CHECKS ACCEPTED. The Buyer will be invoiced on the amount balance after deposit and minus the average weight of 26 pallets at 45 pounds lbs. per pallet and 312 spool cylinders at 8 lbs. per spool. Example- 26 pallets X 45 lbs. = 1,170 lbs. and 312 spool cylinders x 8 lbs. = 2,496 lbs., therefore 3,466 total lbs. would be deducted to obtain net wire weight). All billing weights will be based on the QRP’s base scales weight tickets. Payment must be made within fifteen (15) days upon receipt of the invoice. Check will be made to the U.S. Treasury and sent FEDEX/UPS to the address listed in the bid submission form. Failure to make payment will result in legal action to recover invoiced funds.

6. LOCATION OF PROPERTY. Scrap Ethernet Wire is located at Bldg. 978 Piney Green Rd. MCB Camp Lejeune will load the materials with the use of a forklift and is not responsible for damage to any containers.  If the use of other equipment is necessary, the Buyer is responsible for providing and operating the equipment.

7. SCHEDULED PICK UP.  The successful bidder will be required to pick up the commodity within 15 days of the date of award after making arrangements with MCB CAMLEJ-QRP for weigh-in and picking up the commodity between 7:00am - 1:00pm, Monday - Thursday, excluding Federal holidays.

8. BILL OF LADING. A Bill of Lading will be created at the time of pick up and will document the quantity, in pounds, removed from MCB Camp Lejeune. A copy of the Bill of Lading will be retained by MCB CAMLEJ-QRP.

9. TRANSPORTATION. The Buyer shall provide trucks that are DOT approved. The vehicles shall possess control devices to prevent spillage. The Buyer shall comply with DOT containment requirements for transporting the materials, DOT vehicle and weight transportation requirements, and adhere to all applicable safety, fire, environment, and OSHA laws, rules and regulations. The Buyer is responsible for the cleanup of all spillage both on and off the installation. The Buyer agrees to provide transportation related to the pick-up and/or shipment of the recyclable materials at no charge to the Recycling Program and/or Government. The successful bidder shall weigh transport vehicle(s) before leaving MCB LEJ-QRP at the Landfill scales, Building 982 Piney Green Road. The weight tickets (original) shall be provided to MCB CAMLEJ-QRP for inclusion into agreement records.

10. SECURING THE LOAD. Securing the load is the sole responsibility of the Buyer or his/her agent. The Buyer assumes total responsibility and liability of the material once they are in the Buyer’s possession and shall hold harmless and indemnify the United States and MCB CAMLEJ and its contracting authority.

11. TERMINATION OF THE AGREEMENT FOR DEFAULT.  MCB CAM LEJ-QRP may terminate this agreement in whole or in part for failure of the successful bidder to perform any of its obligations under the agreement. 

a. Upon default, successful bidder shall lose all rights, title, and interest in the property.  If a successful bidder removed part of a commodity but fails to remove the remainder within the time specified for removal, the agreement will be terminated for default in part and the successful bidder will not be entitled to a refund of any portion of the price paid, including deposit, for said commodity. Successful bidders who are terminated for default may be referred/recommended for debarment from purchasing any MCB CAMLEJ-QRP commodities.

12. TERMINATION OF THE AGREEMENT FOR CONVENIENCE.  MCB CAMLEJ-QRP may terminate this agreement in whole or in part when it is in MCB CAMLEJ-QRP’s best interest, by providing written notice of such termination to the successful bidder.  In the event the agreement is terminated for the convenience of MCB CAMLEJ-QRP, the successful bidder’s sole remedy will be a refund of any portion of the price paid for commodities not received.

13.  DAMAGE TO GOVERNMENT PROPERTY.  Any damage to government property during the successful bidder’s removal operations is the responsibility of the successful bidder, if deemed by the Manager, MCB CAMLEJ-QRP that the successful bidder or his/her agent or employee was at fault, will be repaired at the successful bidder’s expense, to its original state or reasonable facsimile thereof to the satisfaction of MCB CAMLEJ-QRP.

14. AGREEMENT DISPUTES.  All contract disputes will be resolved by the MCB CAMLEJ-QRP Manager.

15. BASE ACCESS. All transportation personnel shall obtain access to the installation by obtaining a one day pass from the Base Pass and Identification Office. Driver must show a valid driver’s license, registration and proof of insurance. IMPORTANT: PLEASE SEE THE ATTACHED LINK REGARDING NEW REGULATIONS FOR BASE ACCESS- https://www.mcieast.marines.mil/cvo/

All haulers must be able to comply with these requirements to gain access. At a minimum, haulers must have:

A Real ID is highly preferred, if not, they need to possess 3 forms of ID:

Driver’s License

Passport

TWIC card

SS card

Birth Certificate

Additionally, haulers must have proper registration and insurance information for their vehicles.

16. ENVIRONMENTAL CONSIDERATION.  MCB CAMLEJ-QRP is committed to protecting the environment. It is the responsibility of this agency, as well as potential buyers, to ensure that the sale of hazardous property, and the ultimate end use of that property, is performed in an environmentally compliant manner. As such, prior to the award of any hazardous item, each high bidder’s premises may be subject to an on-site inspection by a government representative.

Files

Files size/type shown when available.

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.