- 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
Synopsis: CM25303002 – ICQ for Headsets (8 NSNs)
Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: {}. Response deadline: May 18, 2026. Industry: NAICS 334310 • PSC 5965.
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 334310 (last 12 months), benchmarked to sector 33.
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 334310
Description
RESPONSE DATE: Offers/Responses are due prior to the Closing Date and Time specified in BLOCK 8 on Page 1 of the Solicitation/Request for Proposal (RFP).
The solicitation will be available in DIBBS on or about its estimated issue date of 4/17/2026.
Solicitation is for a long-term Indefinite Quantity Contract (IQC) with 3 base contract years and 2 option years.
DESCRIPTION: For NSNs, Item Descriptions, Annual Estimated Demand Quantities (including option quantities), and Delivery Schedules, please see Att. #1, CM25303002 Details.
Manufacturer’s Code and Part Number (if applicable): Please see Att. #2, CM25303002 PID.
Unit of Issue: Each (EA)
Destination Information: Inspection / Acceptance at Destination (PIC: 2)
Various Increments Solicited: Please see Att. #3, Quantity Ranges.
All responsible sources may submit an offer/quote which shall be considered.
The Small Business size standard is 750 employees.
Specifications, plans or drawings are not available.
The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 5 years.
This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 3204(a)(1). Approved sources are listed in Att. #2, CM25303002 PID.
While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation.
This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c).
DIBBS / DLA Details
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.