Skip to content
Department of Defense

5836 - FMS (AT) requirement for the repair 3 units of NSN: 0RH 5836 016847012, PN: 1008-01000-15-101, RECORDER,VIDEO in support of F18 E/F Fighter Aircraft.

Solicitation: N0038326QH055
Notice ID: 7c14124a529d4364bbee2de548f5b44a
TypePresolicitationNAICS 334220PSC5836DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 20, 2026, 12:00 AM UTCDueMar 14, 2026, 04:00 AM UTCCloses in 19 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 14, 2026. Industry: NAICS 334220 • PSC 5836.

Market snapshot

Awarded-market signal for NAICS 334220 (last 12 months), benchmarked to sector 33.

12-month awarded value
$21,353,676
Sector total $20,341,046,444 • Share 0.1%
Live
Median
$173,530
P10–P90
$34,742$350,000
Volatility
Volatile182%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($21,353,676)
Deal sizing
$173,530 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
Jake Tarlini
Email
jacob.a.tarlini.civ@us.navy.mil
Phone
215-697-2558

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 334220

Description

This notice serves as a pre-solicitation synopsis for the repair of 3 ea. NSN 0RH 5836 016847012, 1008-01000-15-101, RECORDER,VIDEO, for Foreign Military Sales AUSTRALIA. The repair of this item is sole source to Mercury Mission Systems LLC, CAGE 0AZ36. Mercury is the Original Equipment Manufacturer (OEM) the repair data for these requirements and is the only known source to possess full repair capability. Complete data, drawings and the rights to the same are not available from the Government. Even though these items are sole source to Mercury Mission Systems LLC, all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. For any questions concerning this notice, contact the PCO, Jake Tarlini at 215-697-2558 or jacob.tarlini@navy.mil. The Government intends to solicit and negotiate with the prime contractor under the authority of FAR 6.302-1. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Original Equipment Manufacturer (OEM) of these items maintain design control and repair knowledge or technical data that is essential to maintaining the quality of the part. The spare repairable assemblies to be repaired and/or modified under this agreement are set forth by manufacturers part number and constitute Government Property as defined in FAR clause 52.245-1 Government Property or 52.245-1 Alternate I, as applicable. This listing of items is attached to this notice. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. Eligible contractors shall provide a submission to jacob.tarlini@navy.mil that includes: 1) Company Name and Cage Code 2) Part Number/NIIN eligible to repair 3) Is your company the Original Equipment Manufacturer (OEM)? 4) Is your company capable of repairing the P/N in 2 but your company is not the OEM? a) Explain how your company has the technical capacity to perform the necessary repairs. 5) Is your company a Small Business? If so, what type of Small Business? 6) Company POC An alternate source must qualify in accordance with the design control activity’s procedures, as approved by the cognizant Government engineering activity. The subject items require Government source approval prior to contract award. Only the source previously approved by the Government for repair of these items will be solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Information Brochure for Repair. This brochure identifies technical data required to be submitted based on your company’s experience in repair of the same or similar items. This brochure can be obtained by calling the NAVSUP WSS PCO or at https://www.navsup.navy.mil/navsup/ourteam/navicp/business opps If your request for source approval is currently being evaluated at NAVSUP WSS, submit with your offer a copy of the cover letter that forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. This notice of intent is not a request for competitive proposals. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government. Questions or comments regarding this notice may be addressed to Jake Tarlini either by e-mail at jacob.tarlini@navy.mil or by phone 215 697 2558.

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.