- 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
M8 Smoke Pot Inner Packing
Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AR. Response deadline: Apr 11, 2026. Industry: NAICS 326140 • PSC 8135.
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 326140 (last 12 months), benchmarked to sector 32.
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 17 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 326140
Description
The Army Contracting Command - Rock Island (ACC-RI) intends to issue Request for Proposal (RFP) W519TC-26-R-A013. This Solicitation will be issued as a 100% Small Business Set-Aside under NAICS 326140; size standard is 1000 employees. The item being purchased is M8 Smoke Pot Inner Packing, Part Number: 3XUS9:2000-1538 in accordance with (IAW) drawing 36-3-144 Rev D dated 19 March 2025 and drawing 36-3-145 Rev A dated 03 July 2007.
Drawing 36-3-144 Rev D dated 19 March 2025 for this requirement is restricted and will be available by requesting access via SAM.gov. The vendor shall select the link of the drawings and complete the necessary information requested to gain access. The vendor's Data Custodian MUST be the one requesting access. Drawing 36-3-145 dated 03 July 2007 Rev A is an attachment to this synopsis.
FOB is Destination to Pine Bluff Arsenal, Pine Bluff, Arkansas.
The proposed contract will be awarded based on a Lowest Price Technically Acceptable and will result in a five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) award. The guaranteed minimum quantity is 13,500 each with a maximum quantity of 67,500 each over the life of the contract.
Pre-Production Samples (PPS) will be required with a delivery date of 30 days after award. Delivery of production quantity will be 30 days after PPS approval.
The response date is for archive purposes only and is NOT the date in which offers are due. The date offers are due will be issued with the solicitation. Estimated solicitation issue date is 13 April 2026. This is an estimated date only and may be subject to change.
All Contractors who provide goods/services to the Department of Defense (DoD) shall be registered in the System for Award Management (SAM) database prior to contract award resulting from this solicitation.
This notice does not constitute a formal RFP, nor is the U.S. Government obligated to issue an RFP. The point of contact for this requirement is Jennifer Edwards, email Jennifer.l.edwards158.civ@army.mil.
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.