Skip to content
Department of Defense

POWER SUPPLY

Solicitation: N00104-26-Q-DA76
Notice ID: 1b7e7ef0d30c4a9c8cda28a74683d7bb
TypeSolicitationNAICS 335999PSC6130DepartmentDepartment of DefenseAgencyDept Of The NavyPostedApr 14, 2026, 12:00 AM UTCDueMay 14, 2026, 08:30 PM UTCCloses in 8 days

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: May 14, 2026. Industry: NAICS 335999 • PSC 6130.

Federal Bid Partners service match

Support routes that fit this solicitation

Notice N00104-26-Q-DA76
Need help writing this bid?
Route this notice into Federal Bid Partners proposal lanes and align it with the right plan, compliance support, and submission workflow.
Open proposal plans

Market snapshot

Awarded-market signal for NAICS 335999 (last 12 months), benchmarked to sector 33.

12-month awarded value
$72,214,421
Sector total $53,329,032,230 • Share 0.1%
Live
Median
$350,000
P10–P90
$33,576$2,748,098
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+253%($40,331,449)
Deal sizing
$350,000 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.

Need help writing this bid →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Mechanicsburg, PA • 17050-0788 USA

Applicable Wage Determinations

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

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
ADOLPHE ANDOU, N712.30
Email
ADOLPHE.ANDOU@NAVY.MIL
Phone
771-229-0381

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS MECHANICSBURG • NAVSUP WEAPON SYSTEMS SUPPORT MECH
Contracting Office Address
Mechanicsburg, PA
17050-0788 USA

More in NAICS 335999

Description

CONTACT INFORMATION|4|N712.30|AE2|771-229-0381 |ADOLPHE.J.ANDOU.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECEIVING REPORT||TBD|N00104 |TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE|1|A.J ANDOU| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025))|1|| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026))|2||| CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015)|1|| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026))|13|X||||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||DOAll freight is FOB Origin. This RFQ is for repair. The resultant award of this solicitation will be
issued bilaterally, requiring the contractor’s written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. *Order will be placed under current BOA agreement:N0010422GX901.** Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ** The Government is seeking a Repair Turnaround Time (RTAT) of: 103 days Government Source Inspection (GSI) is required. Please note freight is handled by the Navy as per the Commercial Asset
Visibility (CAV) Statement of Work.Your quote should include the following information: ***************QUOTE AMOUNT AND RTAT *************** Unit Price:__________ Total Price:__________ Repair Turnaround Time (RTAT): _______ days If your company is not quoting the Government’s Required Repair Turnaround Time (RTAT) or earlier, provide your company’s capacity constraints.
Repair Turnaround Time (RTAT): the resultant 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. *Check one: Firm-fixed-Price ___ Estimated ___ Not-to Exceed (NTE): ___ *Check one: Firm-fixed-Price ___ Estimated ___ Not-to Exceed (NTE): ___ *Return Material Authorization # (RMA), if applicable:__________ ***************TESTING AND  VALUATION IF BEYOND REPAIR*************** * Teardown & Evaluation fee/price (if asset is determined BR/BER): If an item
is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. * The T&E fee (if asset is determined BR/BER) was determined/computed based
on:______________________________________. ***************AWARDEE INFO & PERFORMANCE LOCATION***************
Awardee CAGE: __________ *Inspection & Acceptance CAGE, if not same as "awardee CAGE": __________ * Facility/Subcontractor CAGE (where the asset should be shipped), if not same as "awardee CAGE":__________  *************** IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW*************** *New unit price: __________ *New unit delivery lead-time:  _________ ***NOTE*** All REPAIR AWARDS will be pre-populated with the following Award Remarks: RTAT, Throughput  Constraint, and Induction Expiration Date included in SUBCLIN remarks above are defined as follows: RTAT: Repair turn-around  time defined as Induction start date to end date (days). Throughput Constraint: Total assets to be repaired monthly after initial delivery commences. A throughput of 0000/month reflects no throughput constraint. Induction Expiration Date: Any asset  received after this date in days is not authorized to be repaired without bi-lateral agreement between the Vendor and Contracting officer. SUBCLIN Remarks (pre-populated for each SUBCLIN) RTAT=0000 Throughput Constraint=0000/month Induction Expiration Date=000 (NTE 365 days) Any questions should be directed to the POC for this solicitation. IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a "reconciliation  modification" at the end of the Contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTAT including but not limited to the Government’s right to terminate for
default.

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.