- 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
G2R Open Season
Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Mar 26, 2026. Industry: NAICS 334419 • PSC 5998.
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 334419 (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 83 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 334419
Description
1. The Gateway to Readiness (G2R) solicitation SPRBL1-26-R-0003 is being designed to purchase a wide range of Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance (C5ISR) supplies and services supporting the U.S. Army Communications-Electronics Command (CECOM), the Defense Logistics Agency (DLA), the Department of Defense (DoD) and any Federal Government Agency. However, the primary customer is intended to be CECOM.
2. The Government anticipates making multiple-awards, with each awarded contract to provide the supplies and services that fit within the scope of the contract(s). However, the Government reserves the right to make a single award if it is in the best interest of the Government. This is part of the on-ramp process for the existing G2R program and any award(s) will be included in future fair opportunities with existing G2R contractors.
3. The estimated award is in May 2026.
4. The total contract award dollar amount for all orders placed against any contract(s) resulting from the solicitation shall not exceed $3,200,000.00 ($3.2B) over the ten (10) year period of performance which is expected to include a two (2) year base period and up to five (5) one (1) year unilateral option periods. This is the combined maximum ceiling, meaning no more than $3.2B will be obligated against all contracts awarded. There is a guaranteed minimum of $10,000.00 per awardee.
5. Federal Acquisition Regulations (FAR) Part 15 - Contracting by Negotiation procedures apply to this acquisition. The solicitation is being released under Full and Open Competition and is anticipated to result in Indefinite-Delivery, Indefinite-Quantity (IDIQ) multiple-award contract(s) with a reservation for one or more small business prime Contractors. Once awarded, orders will be competed amongst the contract holders. The solicitation requires submission of a Small Business Commitment Document that targets a minimum of 40% to small businesses based on the value of the awarded orders. In addition, the contract(s) will also provide the Government the right to set-aside orders under $250,000.00 for the small business prime Contractor(s).
6. Copies of the Exhibits/Attachments are included with the solicitation.
7. The Technical Data Packages (TDPs) will be made available per the instructions in the solicitation.
8. Some of the TDPs for this acquisition may be subject to the International Traffic in Arms Regulations (ITAR). This information shall not be provided to non-U.S. persons or transferred by any means to any location outside the United States. A company wishing to receive the TDPs must have an active status in the Defense Logistics Agency Joint Certification Program (JCP) and complete the Non-Disclosure Agreement (NDA) included as an attachment to the solicitation. Once the Government has received the completed/signed NDA and your company Commercial and Government Entity (CAGE) Code has been verified to have an active status in JCP, the TDPs will be provided via the DoD Safe Access File Exchange (SAFE) website. You would then receive an electronic mail message from the DoD SAFE website (https://safe.apps.mil/) with a link and password to access the documents.
9. Product Service Code 5998 and North American Industry Classification System (NAICS) Code 334419 were selected by the Government as the codes most representative for the types of supplies and services anticipated to be included in this solicitation and any resultant contract(s). The Small Business Administration (SBA) size standard for small businesses under NAICS Code 334419 is 750 employees.
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.