Skip to content
Department of Defense

MWR Brand Name Materials

Solicitation: W911N226QDR01
Notice ID: 9bd400cce64e41799192ffd86c9fc478
TypeCombined Synopsis SolicitationNAICS 339920PSC7830Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStatePAPostedFeb 26, 2026, 12:00 AM UTCDueMar 12, 2026, 05:00 PM UTCCloses in 14 days

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 12, 2026. Industry: NAICS 339920 • PSC 7830.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W911N226QDR01. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 339920 (last 12 months), benchmarked to sector 33.

12-month awarded value
$353,989
Sector total $21,000,300,080 • Share 0.0%
Live
Median
$27,072
P10–P90
$27,072$27,072
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($353,989)
Deal sizing
$27,072 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
Pennsylvania • 17201 United States
State: PA
Contracting office
Chambersburg, PA • 17201-4150 USA

Point of Contact

Name
Danielle Rhone
Email
danielle.r.rhone.civ@army.mil
Phone
7172678480
Name
Thomas C. Hall
Email
thomas.c.hall111.civ@army.mil
Phone
7172675583

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC RSA • W6QK LAD CONTR OFF
Contracting Office Address
Chambersburg, PA
17201-4150 USA

More in NAICS 339920

Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.

Solicitation number W911N226QDR01is issued as a request for quotation (RFQ) for the supply of 27 brand name materials and equipment in accordance with the attached Salient Characteristics and Brand Name J&A to support the MWR Force Provider Program at Letterkenny Army Depot.

This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

The Product Service Code (PSC) assigned to this acquisition are 5965, 6730, 7810, 7820 and 7830. The North American Industry Classification System (NAICS) code for this acquisition is 339920 - Sporting and Athletic Goods Manufacturing.

This procurement will utilize the solicitation procedures at FAR 12.201-1(c)(1). This announcement combines the presolicitation notice and the RFQ according to 12.202(b). The anticipated award date of this requirement is 23 March 2026.

CLIN   Description                          Brand/Part Number                     Quantity      Unit of Measure

0001 GUARD,LEG,BASEBALL   MacGregor PN-1159288   4 EA

0002 PROTECTOR, CATCHERS CHEST,17" BLK/GRAY   Rawlings PN-CPV2N-B/GPH     4 EA

0003 FOOTBALL,NERF WEATHER BLITZ   Hasbro PN- E1292   16 EA

0004 GLOVE, BASEBALL, LEFT HAND   MacGregor PN-BBFSPROR    8 EA

0005 GLOVE, BASEBALL, RIGHT HAND   MacGregor PN-BBFSPROX    40 EA

0006 BAT,SOFTBA   Easton PN- MCX9SB32    8 EA

0007 BAT,SOFTBA   Easton PN- MCX9SB33    8 EA

0008 BAT,SOFTBA   Easton PN- MCX9SB34    8 EA

0009 TABLE,TENNIS   Stiga PN- T8512    4 EA

0010 SIT-UP BOARD,GYMNAS    Champion PN- 813302    4 EA

0011 TEE,KICKING,KICKOFF    Champion PN- KT2    12 EA

0012 MASK,CATCHER'S    MacGregor PN- MCB29    4 EA

0013 PADDING,POLE,    BASKETBALL Bison Outdoor PN- BA700PP    4 EA

0014 GOAL AND STAND,PORT    Bison Outdoor PN- BA801    4 EA

0015 MAT,MACHIN    Bowflex PN- 000-3667    16 EA

0016 BOWFLEX REVOLUTION WEIGHT PLATE ATTACH    Bowflex PN- 000-4275    6 EA

0017 BOWFLEX REVOLUTION ACCESSORY RACK    Bowflex PN-  001-7476    6 EA

0018 BOWFLEX C6 BIKE    Bowflex PN- 100894    2 EA

0019 BOWFLEX REVOLUTION HOME GYM    Bowflex PN- 160000    6 EA

0020 DUMBBELLS    Bowflex PN- 710000     12 EA

0021 DUMBELL, SET, BOWFLEX, 5-52.5 LBS    Bowflex PN- AS072    12 EA

0022 TRAINER, M6 MAX    Bowflex PN- 100801    8 EA

0023 EXPLORER PORTABLE SOUND SYSTEM    Anchor Audio PN- EXP-8000    2 EA

0024 HI-FI MICRO SOUND SYSTEM    Sharp PN- XLB512BK    4 EA

0025 PROJECTOR, PORTABLE LASER    Panasonic PN- PT-LMZ460    2 EA

0026 STAND,SPEAKER   Anchor Audio PN- SS-550    2 EA

0027 COVER,SOFT    Anchor Audio PN- NL-GG    2 EA

*See attached Brand Name J&A and Salient Characteristics.

Delivery & Acceptance Location:    

W0L6 USA DEP LETTERKENY

LETTERKENNY ARMY DEPOT, 1 OVERCASH AVENUE BLDG 9950

CHAMBERSBURG, PA 17201-4150

UNITED STATES

DoDAAC: W25G1Q

Lead Time:      No later than 90 days ARO Award

F.O.B. Point:    Destination

Solicitation Provisions:

52.204-7           System for Award Management—Registration

52.212-1           Instructions to Offerors—Commercial Products and Commercial Services

52.240-90        Security Prohibitions and Exclusions Representations and Certifications

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements

252.204-7024 Notice on the Use of the Supplier Performance Risk System

252.209-7021 Prohibition Relating to Conflicts of Interest in Consulting Services—Certification

252.215-7008 Only One Offer

252.215-7010 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data

252.215-7016 Notification to Offerors—Postaward Debriefings

252.219-7000 Advancing Small Business Growth

252.225-7000 Buy American—Balance of Payments Program Certificate

252.225-7020 Trade Agreements Certificate

252.225-7031 Secondary Arab Boycott of Israel

252.225-7035 Buy American—Free Trade Agreements—Balance of Payments Program Certificate

252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism

252.225-7055 Representation Regarding Business Operations with the Maduro Regime

52.212-2 Evaluation—Commercial Products and Commercial Services

(a) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers:

Price Only

(b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s).

(c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

Contract Clauses:

52.203-3 Gratuities

52.204-13 System for Award Management—Maintenance

52.209-6   Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.212-4   Terms and Conditions—Commercial Products and Commercial Services

52.219-6   Notice of Total Small Business Set-Aside

52.222-3   Convict Labor

52.222-19 Child Labor—Cooperation with Authorities and Remedies

52.222-36 Equal Opportunity for Workers with Disabilities

52.222-50 Combating Trafficking in Persons

52.223-23 Sustainable Products and Services

52.226-8   Encouraging Contractor Policies to Ban Text Messaging While Driving

52.232-33 Payment by Electronic Funds Transfer—System for Award Management

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-3   Protest After Award

52.233-4   Applicable Law for Breach of Contract Claim

52.240-91 Security Prohibitions and Exclusions

52.240-93 Basic Safeguarding of Covered Contractor Information Systems

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.204-7020 DoD Assessment Requirements

252.204-7021 Cybersecurity Maturity Model Certification Requirements

252.204-7022 Expediting Contract Closeout

252.204-7023 Reporting Requirements for Contracted Services

252.205-7000 Provision of Information to Cooperative Agreement Holders

252.211-7003 Item Unique Identification and Valuation

252.211-7008 Use of Government-Assigned Serial Numbers

252.216-7010 Postaward Debriefings for Task Orders and Delivery Orders

252.219-7003 Small Business Subcontracting Plan (DoD Contracts)

252.223-7008 Prohibition of Hexavalent Chromium

252.225-7001 Buy American and Balance of Payments Program

252.225-7012 Preference for Certain Domestic Commodities

252.225-7021 Trade Agreements

252.225-7036 Buy American—Free Trade Agreements—Balance of Payments Program

252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten

252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime

252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

252.227-7015 Technical Data–Commercial Products and Commercial Services

252.227-7037 Validation of Restrictive Markings on Technical Data

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7006 Wide Area WorkFlow Payment Instructions

252.232-7010 Levies on Contract Payments

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel

252.237-7019 Training for Contractor Personnel Interacting with Detainees

252.243-7002 Requests for Equitable Adjustment

252.244-7000 Subcontracts for Commercial Products and Commercial Services

252.247-7023 Transportation of Supplies by Sea

252.247-7028 Application for U.S. Government Shipping Documentation/Instructions

Receipt of quote shall be provided no later than 12 March 2026 at 1300 Eastern Time via email to the Contract Specialist Danielle Rhone at danielle.r.rhone.civ@army.mil and Contracting Officer Thomas Hall at thomas.c.hall111.civ@army.mil.  All responsible sources may submit a quotation which will be considered by the agency.

Files

Files size/type shown when available.

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.