Skip to content
Department of Defense

JOYSTICK,DATA ENTRY

Solicitation: SPRPA125QEQ08
Notice ID: 4e83135f1baf4c92b1d530bd54cb8300
TypeSolicitationNAICS 334290PSC7G20DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStatePAPostedMar 26, 2026, 12:00 AM UTCDueApr 24, 2026, 08:30 PM UTCCloses in 29 days

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Apr 24, 2026. Industry: NAICS 334290 • PSC 7G20.

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: SPRPA125QEQ08. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334290 (last 12 months), benchmarked to sector 33.

12-month awarded value
$31,595,142
Sector total $45,133,248,368 • Share 0.1%
Live
Median
$48,540
P10–P90
$37,858$606,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+4400%($30,221,342)
Deal sizing
$48,540 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

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
PA20260002 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Allegheny, Armstrong, Beaver +30
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BOILERMAKER
Base $48.28Fringe $33.17
+96 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 96 more rate previews.
Davis-BaconBest fitstate match
PA20260002 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Allegheny, Armstrong, Beaver +30
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
BOILERMAKER
Base $35.34Fringe $18.48
+95 more occupation rates in this WD
Davis-Baconstate match
PA20260004 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Bucks, Chester, Delaware +2
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
MILLWRIGHT
Base $54.54Fringe $38.78
Rate
CARPENTER
Base $57.36Fringe $30.09
+56 more occupation rates in this WD
Davis-Baconstate match
PA20260079 (Rev 4)
Open WD
Published Jan 30, 2026Pennsylvania • Butler
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR MECHANICAL- Duct, Pipe & Mechanical System Insulation and Industrial Work (Including Duct and Pipe)
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
+32 more occupation rates in this WD
Davis-Baconstate match
PA20260028 (Rev 1)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Allegheny, Armstrong +64
Rate
Dredging: CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+4 more occupation rates in this WD

Point of Contact

Name
Telephone:
Email
CARISSA.MADDALO@DLA.MIL
Phone
2157373996

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AVIATION PHILADELPHIA • DLA AVIATION AT PHILADELPHIA, PA
Contracting Office Address
Philadelphia, PA
19111-5098 USA

More in NAICS 334290

Description

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||X|ISO 9001 OR HIGHER||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001AA|1|365||||||||||||||||||||||||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3||P090|EMAIL: david.a.cain18.ctr@us.navy.mil, PHONE: 619-545-6095| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|SPRPA1|TBD|TBD|SEE SCHEDULE|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|1 YEAR|45 DAYS AFTER DETECTION OF DEFECT||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED PRODUCTS (MAY 2008))|1|| 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 (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|334290|800||||||||||| INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (NOV 2021)|2||| 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 to increase the number of units. The total quantity is not a quantity of 24. The expiriation date is being extended till 24 April 2026. This Solicitation is being issued under EAF Authority formally known as SEPA. This is a Critical Application Item (CAI) Drawings are not available for this Request for Quote. This solicitation includes procurement note L09 Reverse Auction (Oct 2016) from DLAD 15.407-90. The Government may conduct a reverse auction. The following is included in section M of this solicitation: The Government will consider all responsible offerors/quotors for award. The Government will evaluate offerors/quotors based on price, delivery timeframe, and past performance. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. NAVSUP WSS Code N2 has determined that the requirements at DFARS 211.274 which mandates the use of DFARS clause 252.211-7003 "Item Unique Identification and Valuation" in all solicitations and contracts, be deleted from all non-CLSSA FMS spares requirements processed by NAVSUP WSS and DLA-Aviation. The affected parts are wholly owned by FMS customer countries and are not covered by Cooperative Logistics Supply Support Arrangement (CLSSA), these same assets will be delivered to the customer country for their sole use. The IUID definition at DFARS 211.274-1 says IUID "is a system of marking, valuing and tracking items delivered to DoD." These spares are non-CLSSA FMS assets and will never be delivered to DoD. The assets are delivered to a domestic U.S.freight forwarder who is under contract by the FMS customer to ship the assets to the country of record. The FMS customer countries retain ownership of their parts throughout the asset's lifecycle. These parts will never be owned by the U.S. Government and will never be entered into the DoD supply chain. Based on this, there is no need for these non-CLSSA FMS country assets to be specially marked for tracking by DoD. TAC Code: P090 Ship To M1 MISSION FIRST/AMENTUM CFT PROGRAM MANAGER HSM-41 BLDG 1474 RM 113 NAS NORTH ISLAND ATTN: DAVE CAIN david.a.cain18.ctr@us.navy.mil W 619-545-6095 MAPAC: PIN00G 1. SCOPE all units must be tested to Raytheon ATP 53234A. 1.1 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;raytheon co.; drawing number ( ;96214; ) ;3154213-1; , Revision ;n/a; , Engineering Order(s) ;n/a; , and all details and specifications referenced therein. 1.2 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.3 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. MIL-W-22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.4 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with MIL-STD-2000A. Personnel performing tasks in accordance with MIL-STD-2000A shall be trained and certified as required by MIL-STD-2000A paragraph 5.1.4. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS - NOT APPLICABLE 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE

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.