- 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 for PR 7013557222
Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 04, 2026. Industry: NAICS 336412 • PSC 2915.
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 336412 (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.
View more for this contract3 more WD matches and 30 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336412
Description
Title: 2915-01-218-8077 HARNESS AND LEVER,F, HONEYWELL INTERNATIONAL INC.. (CAGE 06848), P/N: 2669880
2915-01-218-8077, HARNESS AND LEVER,F; HONEYWELL INTERNATIONAL INC. (CAGE 06848), P/N: 2669880. FOB AT ORIGIN AND INSPECTION/ACCEPTANCE AT ORIGIN. HIGHER LEVEL QUALITY SYSTEM IS REQUIRED. DELIVERY: 635 DAYS ARO TO THE DESIGNATED LOCATION. UNRESTRICTED ACQUISITION APPLIES. OTHER THAN FULL AND OPEN COMPETITION APPLIES. A REQUEST FOR PROPOSAL (RFP) WILL BE SOLICITED FOR AWARD OF A FIRM FIXED PRICE CONTRACT FOR A QUANTIY OF 1,548 EACH. IT IS ANTICIPATED THAT AN AWARD WILL BE MADE AGAINST THE OEM’S BASIC ORDERING AGREEMENT (BOA); HOWEVER A COPY OF THE SOLICITATION WILL BE MADE AVAILABLE UPON REQUEST. THE SOLICITATION ISSUE DATE WILL BE ON OR ABOUT 01/15/2026 THE CLOSING DATE WILL BE ON OR ABOUT 02/15/2026 IF AN OFFER SUBMITTED TO THE SOLICITATION IS OVER $900,000, A SUBCONTRACTING PLAN WILL BE REQUIRED WITH THE OFFER. IF AN OFFER SUBMITTED TO THE SOLICITATION IS OVER $2,500,000, CERTIFIED COST AND PRICING DATA AND A SUBCONTRACTING PLAN WILL BE REQUIRED WITH THE OFFER. IN ORDER TO RECEIVE AN AWARD, REGARDLESS OF DOLLAR VALUE, YOU MUST BE REGISTERED IN SAM. SAM REGISTRATION IS AT HTTPS://WWW.SAM.GOV. ALTERNATE OFFERORS MUST SUBMIT A SOURCE APPROVAL REQUEST (SAR) PACKAGE ALONG WITH A COMPLETED COPY OF THE SOLICITATION IN ORDER TO BE CONSIDERED FOR AWARD. IF TIME DOES NOT PERMIT EVALUATION OF SAR PACKAGES, THE ALTERNATE OFFER WILL NOT BE REVIEWED FOR THIS PROCUREMENT BUT, IF APPROVED, WILL BE CONSIDERED FOR FUTURE PROCUREMENTS. THE FINAL CONTRACT AWARD DECISION MAY BE BASED UPON A COMBINATION OF PRICE, PAST PERFORMANCE AND OTHER EVALUATION FACTORS AS DESCRIBED IN THE SOLICITATION UTILIZING THE SUPPLIER PERFORMANCE RISK SYSTEM (SPRS). POINT OF CONTACT FOR THIS PROCUREMENT IS ANTHONY DUGUAY, PHONE 804-279-2830, CELL 804-980-6772; FAX 804-279-4949 or e-mail ANTHONY.DUGUAY@DLA.MIL.
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.