Skip to content
Department of Defense

47--HOSE ASSY,NONMTLC

Solicitation: N0010425QBZ48
Notice ID: 968d7c8c702943a2a94bdbc1fd437d8d
TypePresolicitationPSC4720DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 13, 2026, 12:00 AM UTCDueFeb 26, 2026, 08:30 PM UTCCloses in 4 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 26, 2026. Industry: PSC 4720.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$5,782,214,828,872
Sector total $5,782,214,828,872 • Share 100.0%
Live
Median
$1,033,861
P10–P90
$52,253$65,000,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+1271552%($5,781,280,474,153)
Deal sizing
$1,033,861 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
Mechanicsburg, PA • 17050-0788 USA

Point of Contact

Name
DANIELLE DELL ISOLA, N9432.42, PHONE , EMAIL DANIELLE.DELLISOLA@NAVY.MIL
Email
DANIELLE.DELLISOLA@NAVY.MIL
Phone
771)229-0057

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS MECHANICSBURG • NAVSUP WEAPON SYSTEMS SUPPORT MECH
Contracting Office Address
Mechanicsburg, PA
17050-0788 USA

Description

NSN 1H-4720-017057182-PP, TDP VER 002, QTY 2 EA, DELIVER TO W25G1U, W1A8 DLA DISTRIBUTION, NEW CUMBERLAND, PA 17070-5002, DELIVER TO W62G2T, W1A8 DLA DIST SAN JOAQUIN, TRACY, CA 95304-5000. The rights to use the data needed to purchase/repair this part from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. It is uneconomical to reverse engineer this part. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.

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.

Updated: Feb 15, 2026
Executive summary

NAVSUP Weapon Systems Support (Mechanicsburg) posted a presolicitation (N0010425QBZ48) for NSN 1H-4720-017057182-PP, “HOSE ASSY, NONMTLC,” TDP VER 002, quantity 2 each. Delivery is split between DLA Distribution New Cumberland, PA (W25G1U) and DLA Distribution San Joaquin, Tracy, CA (W62G2T). The Government states it does not own the rights to the data needed to purchase/repair from additional sources and considers reverse engineering uneconomical, and it intends to negotiate with only one source under FAR 6.302-1. This is not a request for competitive proposals, but the notice invites responsible sources to submit interest/capability statements and to identify if they can satisfy the requirement with a commercial item within 15 days of the notice.

What the buyer is trying to do

Procure 2 EA of a specific nonmetallic hose assembly tied to NSN 1H-4720-017057182-PP and TDP version 002, delivering the items to two DLA distribution points (New Cumberland, PA and Tracy, CA). The buyer is also testing whether any responsible sources can credibly demonstrate capability (or a commercial item solution) despite stated data-rights limitations, to decide whether to keep the action sole-source under FAR 6.302-1 or open competition.

Work breakdown
  • Confirm exact item identity: NSN 1H-4720-017057182-PP, TDP VER 002, HOSE ASSY, NONMTLC
  • Establish technical compliance path (e.g., access to proprietary data/authorized manufacturing, or other accepted technical basis the Government will consider)
  • Prepare and submit a capability statement/response asserting interest and ability to meet TDP VER 002 requirements
  • Plan manufacturing/traceability/quality for a low-quantity (2 EA) build consistent with Government expectations for this NSN
  • Execute split shipment to DLA Distribution: W25G1U (New Cumberland, PA 17070-5002) and W62G2T (Tracy, CA 95304-5000)
Response package checklist
  • Capability statement referencing solicitation N0010425QBZ48 and NSN 1H-4720-017057182-PP (TDP VER 002)
  • Evidence of technical capability/authorization (e.g., OEM/approved-source status, licensing/authorization, or other support showing access to required data)
  • Quality/traceability approach appropriate for a Navy/DLA-managed NSN supply item (include how you will ensure conformance to the TDP version cited)
  • Delivery/shipping plan acknowledging split delivery to W25G1U (New Cumberland, PA) and W62G2T (Tracy, CA)
  • Commercial item rationale if applicable (the notice invites interested persons to identify capability to satisfy with a commercial item within 15 days of the notice)
  • Point of contact information and confirmation of interest within the timeframes stated in the synopsis
Suggested keywords
N0010425QBZ48NSN 1H-4720-017057182-PP4720HOSE ASSY NONMTLCTDP VER 002FAR 6.302-1NAVSUP WSS MechanicsburgDLA Distribution New Cumberland W25G1UDLA Distribution San Joaquin Tracy W62G2T
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Approved source/OEM identity and whether alternate-source qualification is possible for this NSN/TDP
  • Exact technical/quality requirements contained in TDP VER 002 (and whether offerors can access it)
  • Required delivery dates and any packaging/marking requirements for the DLA distribution sites
  • Any specific clauses/terms that will appear in the solicitation (since this is only a presolicitation notice)
  • Point of contact (contracting officer/email) for submitting capability statements and questions

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.