- 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
Ansible Red Hat
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Apr 14, 2026. Industry: NAICS 541519 • PSC 7A21.
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 541519 (last 12 months), benchmarked to sector 54.
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 78 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541519
Description
The Naval Surface Warfare Center Carderock Division (NSWCCD) has a requirement for Red Hat software. The compliant material is available solely from Red Hat’s reseller DLT Solutions, LLC through a DOD Electronics License Agreement. The NAICS code is 541519 and the business size is $34 million.
The proposed purchase order is being solicited on a sole-source basis to DLT. The proposed action is for Ansible Tower licenses, for which the Government intends to solicit and negotiate with only one source pursuant to FAR 6.302-1(a)(2)(ii). The basis for restricting competition is for the following reasons: the ELA exists as a mandatory source for the DON. The NSWCCD intends to award a firm fixed-price purchase order to DLT Solutions using Simplified Acquisition Procedures.
Interested parties may identify their interest to this requirement by submitting a capabilities statement no later than 12:00 PM Noon 14 April 2026. This notice of intent is NOT a request for competitive proposals. However, all responses received by 12:00 PM on 04/14/2026 will be considered by the Government. A determination by the Government not to compete this proposed purchase order 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.
Inquiries should be directed to both Michael Bonaiuto at michael.j.bonaiuto.civ@us.navy.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.