Skip to content
Department of Defense

Overhaul of the Radiator, Gearbox

Solicitation: W58RGZ-26-B-0016
Notice ID: 947149a77af54763ab9331f669c7dede
TypeSources SoughtNAICS 336413PSC1615Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyPostedFeb 12, 2026, 12:00 AM UTCDueFeb 26, 2026, 11:00 PM UTCCloses in 4 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Feb 26, 2026. Industry: NAICS 336413 • PSC 1615.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$346,979,088
Sector total $20,354,308,656 • Share 1.7%
Live
Median
$101,075
P10–P90
$29,503$917,356
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.7%
share
Momentum (last 3 vs prior 3 buckets)
+3040%($325,561,008)
Deal sizing
$101,075 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 →
Live POP
Place of performance
United States
Contracting office
Redstone Arsenal, AL • 35898-0000 USA

Point of Contact

Name
Aysia Young
Email
aysia.l.young.civ@army.mil
Phone
5208519942
Name
Edward A. Peterson
Email
edward.a.peterson4.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC RSA • W6QK ACC-RSA
Contracting Office Address
Redstone Arsenal, AL
35898-0000 USA

More in NAICS 336413

Description

Sources Sought W58RGZ-26-B-0016

Overhaul of the Radiator, Gearbox

INTRODUCTION

The U.S. Army Contracting Command-Redstone Arsenal (W58RGZ) ATTN: CCAM-AVA-B, building 5303, Martin Road Redstone Arsenal, AL 35898-5280 (US) is issuing this Sources Sought as a means of conducting market research to identify potential sources so the Government can purchase overhaul of the following item:

NOMENCLATURE:                          Radiator, Gearbox

INPUT

NSN: 1615-01-158-9514                   P/N   70361-03004-103

OUTPUT

NSN: 1615-01-158-9514                   P/N   70361-03004-103

The resulting contract will be a 5-year, Indefinite Delivery Indefinite Quantity, firm fixed- price contract. MIN 132   MAX 450. 

The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this Sources Sought notice/market research, this requirement may be procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

REQUIRED CAPABILITIES

The Government requires that contractors be able to overhaul the item and deliver the Radiator, Gearbox, with Part Number 70361-03004-103, NSN: 1615-01-158-9514.

SPECIAL REQUIREMENTS: The following special equipment is required to overhaul this item- Adjustable Test Valve, PN 27E45-1 Fixture, Test, Valve, PN 27E44-1.

SOURCE(S) UNIQUE QUALIFICATIONS TO PROVIDE THIS PART: This item is not a Critical safety item.

DMWR ID is 1-1615-291. This item is a commercial item.

The applicable North American Industry Classification System (NAICS) code is 336413 and the size standard is 1250 employees.

If your company is interested in becoming a source for this item, it must submit a request to the Systems Readiness Directorate to become an approved source.  Information on the process to become a source is located at the following website: https://www.avmc.army.mil/Directorates/SRD/SUBMISSION DETAILS:

Interested parties who have the capability to provide the item listed above submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems.

This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purposes. This announcement does not constitute a Request for Proposal (RFP). A synopsis will be issued at a later date for this requirement. Requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requested. No basis for claim against the Government shall arise as a result of a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. Any responses to this source sought can be sent via electronic mail to Aysia L. Young, Contract Specialist, aysia.l.young.civ@army.mil, no later than 15 days after posting.

If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

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.