Skip to content
Department of Defense

Synopsis: CM25303002 – ICQ for Headsets (8 NSNs)

Solicitation: SPE7MX26R0034
Notice ID: 315cdfd64211417fbab338fee70445db
TypePresolicitationNAICS 334310PSC5965DepartmentDepartment of DefenseAgencyDefense Logistics AgencyPostedMar 25, 2026, 12:00 AM UTCDueMay 18, 2026, 09:00 PM UTCCloses in 54 days

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: {}. Response deadline: May 18, 2026. Industry: NAICS 334310 • PSC 5965.

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: SPE7MX26R0034. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334310 (last 12 months), benchmarked to sector 33.

12-month awarded value
$117,510,937
Sector total $44,889,383,922 • Share 0.3%
Live
Median
$350,000
P10–P90
$40,443$31,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+7456%($114,441,034)
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.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{}
Contracting office
Columbus, OH • 43218-3990 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
SARAH SCHAFF
Email
SARAH.SCHAFF@DLA.MIL
Phone
3802457698

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA MARITIME
Office
DLA MARITIME COLUMBUS • DLA LAND AND MARITIME
Contracting Office Address
Columbus, OH
43218-3990 USA

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.

This solicitation appears to be hosted on DIBBS.

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.