- 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
Ammunition Industrial Base (IB) Engineering Support Services
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: {"streetAddress":"","zip":""}. Response deadline: Apr 20, 2026. Industry: NAICS 541330 • PSC L013.
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 541330 (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.
Point of Contact
Agency & Office
More in NAICS 541330
Description
The Project Lead Joint Services (PL JS) require contractor support to sustain the organic and commercial conventional Ammunition Industrial Base (Ammo IB) and achieve greater effectiveness and efficiency in the Ammunition IB. To accomplish such requirements, PL JS proposes to award this contract in support of Program Management, Production Base Support (PBS), Facility Competition report support, Armament Retooling and Manufacturing Support (ARMS) report and implementation, and technical support across various Continental United States (CONUS) IB locations, including modernization efforts. The contractor shall provide support to the Government in optimization of the National Technology and Industrial Base (NTIB), to include the planning, implementation, conducting technical report of projects and processes related to life-cycle management of ammunition managed by PL JS; providing technical support on modernization projects as a subject matter expert and conducting sensitivity, root cause, and risk evaluations, benefits realization reports, decision logic modeling, break-even study/report, cost benefit reports, and analyses of alternatives under uncertainty of initiatives related to NTIB effectiveness and efficiency.1. This solicitation is intended for Multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract with task orders consisting of Firm Fixed Price (FFP) Contract Line Items (CLINS) for Labor and Fixed Price Ceiling Price for Travel and Other Direct Costs (ODC). 2. The Period of Performance (PoP) for this IDIQ contract will be five (5) years from the date of award.3. The MAXIMUM IDIQ CONTRACT VALUE including all task orders is $44,622,496.68.4. All applicable documents, such as the Contract Data Requirements Lists (CDRLs) are listed as attachments in Section J. The highest classification level for this requirement is Unclassified.5. Task Order(s) 0001 will be issued after the award of the base IDIQ contract.6. Task Order(s) will be issued in accordance with Federal Acquisition Regulation (FAR) Part16.505, Ordering. Specific performance requirements and delivery schedule will be outlined in each individual Task Order.7. The Government will select for award the proposal that is most advantageous and represents the best value to the Government with tradeoff source selection. If it?s the best interest of the Government, single award will be made. All questions must be submitted via email to Contracting Office by 20 March 2026 at 1500 EST. Questions submitted after this date risk not being answered by the Government. ***Proposal must be submitted via PIEE. Proposals received outside PIEE will be discarded and considered non responsive.***
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.