Skip to content
Department of Defense

Purchase High Field 600MHz Nuclear Magnetic Resonance Spectrometer

Solicitation: N0017326Q1301346524
Notice ID: 5a0bea4d6693448a82ecd44c7fc1b34b
TypeCombined Synopsis SolicitationNAICS 334516PSC6640DepartmentDepartment of DefenseAgencyDept Of The NavyStateDCPostedApr 02, 2026, 12:00 AM UTCDueApr 07, 2026, 12:00 PM UTCCloses in 4 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Apr 07, 2026. Industry: NAICS 334516 • PSC 6640.

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: N0017326Q1301346524. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.

12-month awarded value
$18,900,300
Sector total $48,221,641,737 • Share 0.0%
Live
Median
$1,816,675
P10–P90
$1,270,015$2,363,335
Volatility
Moderate60%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+109%($6,647,650)
Deal sizing
$1,816,675 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 DC
Live POP
Place of performance
Washington, District of Columbia • 20375 United States
State: DC
Contracting office
Washington, DC • 20375-5328 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2007-0117 (Rev 36)
Open WD
Published Dec 03, 2025District of Columbia
24510
Barber
Base $22.87Fringe $0.00
24540
Beautician (Cosmetologist)
Base $22.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF-1444) Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be retroactive to the commencement date of the contract (See 29 CFR 4.6(b)(2)(iv)(C)(vi)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, U.S. Department of Labor, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the ""Service Contract Act Directory of Occupations"" (the Directory) should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.

Point of Contact

Name
James Buie
Email
james.buie@nrl.navy.mil
Phone
2029231553

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
ONR
Office
ONR NRL • NAVAL RESEARCH LABORATORY
Contracting Office Address
Washington, DC
20375-5328 USA

More in NAICS 334516

Description

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-07 Effective: 09-10-2021

This is a full and open competitive announcement in accordance with 19.502-2 (a) on a Firm-Firm Fixed-Price (FFP) basis.

The associated North American Industrial Classification System (NAICS) code for this procurement is 334516

The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is ____6640________.

The Naval Research Laboratory (NRL), located in Washington DC, is seeking to: Purchase a High Field 600 MHz Nuclear Magnetic Resonance Spectrometer

  

All interested companies shall provide quotations for the following:

___X___ See attached Inquiry of Availability


Supplies: BRAND NAME OR EQUAL.  

Items must be brand name or equal in accordance with FAR 52.211-6.

The following provisions and clauses are hereby incorporated. Any provisions and clauses not applicable by their terms shall be self-deleting.

The full text of FAR provisions or clauses may be accessed electronically at
http://acquisition.gov/comp/far/index.html.   The full text of DFARS provisions or clauses may be accessed electronically at http://farsite.hill.af.mil/vfdfara.htm. 

The following solicitation provisions apply to this acquisition:

1. FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007)

2. FAR 52.204-7, System for Award Management (Oct 2018)

3. FAR 52.212-1, "Instructions to Offerors-Commercial Items" (Sep 2021)

a. FAR 52.212-1 has been tailored to include the following additional instructions:

• This procurement is for new equipment ONLY, unless otherwise specifically stated.  No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty.


• Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions


• Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured.

4. FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items"
(Feb 2021)

5. FAR 52.225-18, Place of Manufacture (Aug 2018)

6. FAR 52.233-2, Service of Protest (SEP 2006)

  • The Contracting Officer's address is:

US Naval research Laboratory
4555 Overlook Avenue, S.W.
Code  1350

Washington, DC 20375

     a. NRL also includes the following provisions that must be completed by the offeror:

1. FAR 52.209-5, Certification Regarding Responsibility Matters  (Aug 2020)
2. FAR 52.222-22, Previous Contracts and Compliance Reports (FEB 1999)
3. FAR 52.222-25, Affirmative Action Compliance (APR 1984)

4. FAR 52.225-4, Buy American Act - Free Trade Agreements - Israeli Trade Act

                              Certificate Alternate III (Feb 2021)

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov  in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:

1. FAR 52.212-4, "Contract Terms and Conditions-Commercial Items"(Oct 2018)

a. The following clauses are included as addenda to FAR 52.212-4:

  • FAR 52.202-1, Definitions  (Jun 2020)
  • FAR 52.203-3, Gratuities (APR 1984)
  • FAR 52.203-6, - Restrictions on Subcontractor Sales to the Government  (Jun 2020)
    • Alt I (OCT 1995)
  • FAR 52.203-12, Limitation of Payments to Influence Certain Federal Transactions
  • (Jun 2020)
  • FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights   (Jun 2020)
  • FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (MAY 2011)
  • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards Exceeding $30,000 (Jun 2020)
  • FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service And Construction Contracts (SEP 2013)
  • FAR 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016)
  • FAR 52.223-12, Refrigeration Equipment and Air Conditioners (JUN 2016)
  • FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)
  • FAR 52.223-20, Aerosols (Jun 2016)
  • FAR 52.223-21, Foams (Jun 2016)
  • FAR 52.225-14, Inconsistency Between English Version and Translation of Contract

(FEB 2000)

  • FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013)
  • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

(DEC 2013)

  • FAR 52.245-1, Government Property   (Sep 2021)
  • FAR 52.245-2, Government Property Installation Operation Services (APR 2012)
  • FAR2.245-9, Use and Charges (APR 2012)
  • FAR 52.247-34, F.O.B Destination (NOV 1991)
  • FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998)

2. FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (Sep 2021)

The following subparagraphs of FAR 52.212-5 are applicable:

• Subparagraphs (b)(4), (b)(8), (b)(25 - 34), (b)(40), (b)(42), (b)(46), (b)(48) (b)(54)(56)

3. DFARS 212.301 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items DoD Class Deviation 2018-O0021, Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System, issued October 1, 2018 (Revised October 1, 2018): DoD Class Deviation 2018-O0021

  • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
  • DFARS 252.203-7003, Agency Office of the Inspector General (AUG 2019)
  • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011)
  • DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)
  • DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016)
  • DFARS 252.204-7011, Reserved
  • DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting  (DEC 2019)
  • DFARS 252.204-7013, Reserved
  • DFARS 252.204-7014, Limitations on the Use or Disclosure of Information by Litigation Support Contractors (MAY 2016)
  • DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)
  • DFARS 252.211-7003, Item Unique Identification and Valuation (MAR 2016)
  • DFARS 252.211-7006, Passive Radio Frequency Identification  (DEC 2019)
  • DFARS 252.211-7007, Reporting of Government-Furnished Property (AUG 2012)
  • DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (SEP 2010)
  • DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance (SEP 2019)
  • DFARS 252.215-7007, Notice of Intent to Resolicit (JUN 2012)
  • DFARS 252.215-7008, Only One Offer  (JUL 2019)
  • DFARS 252.219-7000, Advancing Small Business Growth (SEP 2016)
  • DFARS 252.223-7004  Drug-Free Work Force (SEP 1988)
  • DFARS 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013)
  • DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate – Basic (NOV 2014)

 Alternate I (NOV 2014)

  • DFARS 252.225-7001, Buy American Act and Balance of Payments Program – Basic

(DEC 2017) 

  • DFARS 252.225-7006, Acquisition of the American Flag (AUG 2015)
  • DFARS 252.225-7008, Restriction on Acquisition of Specialty Metals (MAR 2013)
  • DFARS 252.225-7013, Duty-Free Entry (APR 2020)
  • DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (JUN 2011)
  • DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program – Basic (DEC 2017)   Exceeding $25,000, but is Less Than $191,000
  • DFARS 252.225-7037, Evaluation of Offers for Air Circuit Breakers   (DEC 2018)
    DFARS 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (DEC 2018)
  • DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services from Certain Foreign Entities—Representations (DEC 2018)
  • DFARS 252.227-7013, Rights in Technical Data - Noncommercial Items (FEB 2014)
    Alternate I (JUN 1995)
  • DFARS 252.227-7015, Technical Data - Commercial Items (FEB 2014)
  • DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 2016)
  • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)
  • DFARS 252.232-7006,  Wide Area WorkFlow Payment Instructions (DEC 2018)
  • DFARS 252.232-7010, Levies on Contract Payments (DEC 2006)
  • DFARS 252.232-7011, Payments in Support of Emergencies and Contingency Operations (MAY 2013)
  • DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013)
  • DFARS 252.237-7019, Training for Contractor Personnel Interacting with Detainees

(JUN 2013)

  • DFARS 252.239-7009, Representation of Use of Cloud Computing (SEP 2015)
  • DFARS 252.239-7010, Cloud Computing Services (OCT 2016)
  • DFARS 252.239-7017, Notice of Supply Chain Risk (FEB 2019)
  • DFARS 252.239-7018, Supply Chain Risk (FEB 2019)
  • DFARS 252.244-7000, Subcontracts for Commercial Items  (JAN 2021)
  • DFARS 252.246-7003, Notification of Potential Safety Issues (JUN 2013)
  • DFARS 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations (OCT 2010)

SUBMISSION INSTRUCTIONS:

All Quoters shall submit 1 (one) copy of their technical and price quote.

Include your company DUNS Number and Cage Code on your quote.

All quotations shall be sent via e-mail.

Buyer Name: James Buie, james.r.buie4.civ@us.navy.mil

All quotes must be submitted by 4/7/26 8am EST
 

Please reference this combined synopsis/solicitation number on your correspondence and in the "Subject" line of your email.

ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL.

The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.  Award may be made without discussions or negotiations, therefore prospective contractors should have an active registration in the System for Award Management (SAM) database (www.sam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a response to this solicitation.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s). If the lowest price offer is determined technically unacceptable, another analysis will be conducted amongst the remaining offers to determine if a single or multiple awards will provide the lowest price.  The lowest price offer(s) will be sent for technical evaluation. This process is repeated in order of price until an offer or combination of offers is deemed technically acceptable and price is determined fair and reasonable.

Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

Terms and Conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
 

Exceptions. Quote shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail.

Files

Files size/type shown when available.

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.