- 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
D.L. Billmaier Tow Winch Installation
Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: 55802. Response deadline: May 12, 2026. Industry: NAICS 336611 • PSC N020.
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 336611 (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.
Point of Contact
Agency & Office
More in NAICS 336611
Description
This Amendment 0001 is issued to extend the proposal due date to no later than 2:00 p.m. EDT on May 12, 2026 to provide sufficient time for the Government to respond to Bidder Inquiries. Bidder Inquiry responses will be provided via a subsequent amendment. All other terms and conditions remain unchanged.; D.L. Billmaier Tow Winch Installation Combined Synopsis/Solicitation - The U.S. Army Corps of Engineers (USACE) Detroit District has a requirement for a contract for the D.L. Billmaier Tow Winch Installation located in Duluth, MN. (i) This is a combined synopsis/solicitation for a commercial service prepared in accordance with FAR Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation is being provided.(ii) The solicitation number is W911XK26QA010. The solicitation is being issued as a Request for Quote (RFQ).(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated June 11, 2025, and Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) dated January 17, 2025. This action is subject to any changes to the Federal Acquisition Regulation (FAR) and the DFARS prior to establishment of this date.(iv) This procurement is a 100% small business set-aside. It is being procured as a Firm-Fixed Price (FFP) contract under FAR Part 12, Acquisition of Commercial Products and Commercial Services and FAR Part 13, Simplified Acquisition Procedures. The associated NAICS code is 336611 ? Ship Building and Repairing, small business size standard of 1,300 employees. The PSC code is N020 ? Installation of Equipment-Ship and Marine Equipment.(v) Contract supply by line-item number, item, quantities, and unit of measure are within the pricing schedule contained in the solicitation. (vi) This contract involves the installation of a tow winch aboard the D.L. Billmaier Tugboat at the USACE Vessel Yard in Duluth, MN. The tow winch is in possession of the Government and will be provided for installation.Basis of Award: The Government intends to award a Firm Fixed Price (FFP) contract to the Lowest Priced Offeror that meets the requirements as laid out in this RFQ and is determined to be responsive and responsible by the Contracting Officer. The Contractor shall furnish all supplies/materials, equipment, hoisting (crane) and services required to perform work under this contract.(vii) Customary commercial practices for warranty requirements are applicable for this acquisition.(viii) The Offeror shall submit an electronic quote. All quotation information must be in the English language and priced in U.S. dollars. The Government reserves the right to seek clarification on any aspect of the offeror?s quote.(ix) Quotes for this requirement are due on April 9th, 2026, at 2:00 PM (Eastern). Quotes shall be submitted through the PIEE Solicitation Module as identified in the RFQ.(x) To assure timely processing of quotes, Offerors must follow the instructions contained within the solicitation. Offerors are required to meet all solicitation requirements. Failure to include all required information may cause the offer or quote to be considered non-responsive and not considered further for award.
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.