- 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
MWR Brand Name Materials
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.
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 339920 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
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.
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.