Skip to content
Department of Defense

CONNECTORS, ELECTR

Solicitation: N0038325QT148
Notice ID: 4603232f58c348a0a58d4aada7bc0078
TypeSolicitationNAICS 333998PSC99DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedJan 30, 2026, 12:00 AM UTCDueFeb 12, 2026, 08:30 PM UTCExpired

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 12, 2026. Industry: NAICS 333998 • PSC 99.

Market snapshot

Awarded-market signal for NAICS 333998 (last 12 months), benchmarked to sector 33.

12-month awarded value
$9,169,021
Sector total $20,371,516,771 • Share 0.0%
Live
Median
$50,310
P10–P90
$31,082$342,594
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($9,169,021)
Deal sizing
$50,310 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 →
Map for PA
Live POP
Place of performance
Not listed
State: PA
Contracting office
Philadelphia, PA • 19111-5098 USA

Point of Contact

Name
Telephone:
Email
CAROLYN.A.CLARK30.CIV@US.NAVY.MIL
Phone
2156971073

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS PHILADELPHIA • NAVSUP WEAPON SYSTEMS SUPPORT
Contracting Office Address
Philadelphia, PA
19111-5098 USA

More in NAICS 333998

Description

CONTACT INFORMATION|4|N791.15|LZZ|215-697-1073|carolyn.a.clark30.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice & receiving report combo||TBD|N00383|TBD|TBD|See schedule|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|12|335931|600||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| The purpose of this amendment is as follows: 1. Clauses WSSTERMMZ04, WSSTERMLZ10, and WSSTERMHZ07 are hereby removed from the solicitation. 2. The following remarks are hereby removed from the solicitation: This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) submitted via quote. 3. The following remarks are hereby incorporated: The Government intends to make a single award to the eligible, responsible quoter whose quote is technically acceptable and which is determined most advantageous to the Government, price and lead time considered. All other terms and conditions remain unchanged. The purpose of this amendment is to clarify that: 1. The resultant award of this solicitation will require Inspection and Acceptance at Source. 2. Offerors may submit revised quotes until Wednesday, June 25, 2025. All other terms and conditions remain unchanged. This solicitation will be using competitive procedures. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) submitted via quote. The closing date for this solicitation is listed on page 1. The quotes may be e-mailed to the below address and must be Received on or before 4:00 PM EST of the closing date. Offers received after the closing date are considered to be late and will not be considered for award. This requirement will only be procured from a supplier who provides FAA-Certified parts which possess a FAA Authorized Release Certificate, FAA Form 8130-3 Airworthy Approval Tag, from certified repair stations pursuant to 14 CFR Part 14. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. Early and incremental deliveries accepted and preferred. \

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.