Skip to content
Department of Defense

W519TC-26-Q-MJU7 - CUSHIONS FOR MJU76/MJU77 PROJECTS IN SUPPORT OF CRANE ARMY AMMUNITION ACTIVITY

Solicitation: W519TC-26-Q-MJU7
Notice ID: 9ca841cd846a4fbf942f1e3a2722f1ed
TypeCombined Synopsis SolicitationNAICS 326150PSC8140Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateINPostedMar 26, 2026, 12:00 AM UTCDueApr 09, 2026, 06:00 PM UTCCloses in 1 days

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: IN. Response deadline: Apr 09, 2026. Industry: NAICS 326150 • PSC 8140.

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: W519TC-26-Q-MJU7. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 326150 (last 12 months), benchmarked to sector 32.

12-month awarded value
$702,916
Sector total $11,803,855,969 • Share 0.0%
Live
Median
$71,886
P10–P90
$28,892$203,257
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+873%($571,952)
Deal sizing
$71,886 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 IN
Live POP
Place of performance
Crane, Indiana • 47522 United States
State: IN
Contracting office
Rock Island, IL • 61299-0000 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
IN20260047 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Indiana • Benton, Carroll, Tippecanoe
Rate
CARPENTER
Base $33.84Fringe $24.21
Rate
ELECTRICIAN
Base $27.00Fringe $18.29
+12 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 12 more rate previews.
Davis-BaconBest fitstate match
IN20260047 (Rev 0)
Open WD
Published Jan 02, 2026Indiana • Benton, Carroll, Tippecanoe
Rate
CARPENTER
Base $33.84Fringe $24.21
Rate
ELECTRICIAN
Base $27.00Fringe $18.29
Rate
POWER EQUIPMENT OPERATOR Backhoe/Excavator/Trackhoe
Base $49.05Fringe $43.40
+11 more occupation rates in this WD
Davis-Baconstate match
IN20260043 (Rev 0)
Open WD
Published Jan 02, 2026Indiana • Gibson
Rate
ELECTRICIAN
Base $27.00Fringe $18.29
Rate
POWER EQUIPMENT OPERATOR Backhoe/Excavator/Trackhoe
Base $49.05Fringe $43.40
Rate
Bobcat/Skid Steer/Skid Loader
Base $49.05Fringe $43.40
+11 more occupation rates in this WD
Davis-Baconstate match
IN20260041 (Rev 0)
Open WD
Published Jan 02, 2026Indiana • Allen
Rate
ELECTRICIAN
Base $27.00Fringe $18.29
Rate
POWER EQUIPMENT OPERATOR Backhoe/Excavator/Trackhoe
Base $49.05Fringe $43.40
Rate
Bobcat/Skid Steer/Skid Loader
Base $49.05Fringe $43.40
+11 more occupation rates in this WD
Davis-Baconstate match
IN20260019 (Rev 0)
Open WD
Published Jan 02, 2026Indiana • Wayne
Rate
ELECTRICIAN
Base $25.25Fringe $15.74
Rate
POWER EQUIPMENT OPERATOR: (1) Bobcat/Skid Steer/Skid Loader and Grader/Blade
Base $33.65Fringe $16.40
Rate
Roller
Base $31.93Fringe $16.40
+10 more occupation rates in this WD

Point of Contact

Name
Dustin Sexton
Email
Dustin.p.Sexton.civ@army.mil
Phone
5206930025
Name
Bryce Willett
Email
bryce.t.willett.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC RI • W6QK ACC-RI
Contracting Office Address
Rock Island, IL
61299-0000 USA

More in NAICS 326150

Description

AMENDMENT 0001 - 

Amendment 0001 to solicitation W519TC-26-Q-MJU7 is to incorporate an updated Attachment 0001 - Product Description and to incorporate phased in CMMC requirements. Please refer to #6 under Quote/Proposal Submission Requirements. The government will allow additional questions regarding the above new information.

Crane Army Ammunition Activity

Cushion Tops, Supports, and Bottoms in support of the MJU76/MJU77 projects at Crane Army Ammunition Activity

W519TC-26-Q-MJU7

Combined Synopsis / Solicitation

Description

This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested and written solicitation will NOT be issued.

This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC-26-Q-MJU7.

The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.

The NAICS code for this procurement is 326150; the small business size standard is 750 employees. The Product Service Code is 8140.

Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation. The website for SAM is https://www.sam.gov/.

Addendum to 52.212-1

Description of Requirement

This solicitation is issued as a 100% Small Business Set-Aside for the following:

  • Cushion Bottom in accordance with DWG 3763AS201 Rev G and DWG 7516394 Raw Materials
  • Cushion Support in accordance with DWG 3763AS202 REV G and DWG 7516394 Raw Materials
  • Cushion Top in accordance with DWG SA3976AS192 REV D with DWG 7516394 Raw Materials

Above products will be in accordance with the Product Description located at Attachment 0001.

The Government reserves the right to add additional products via Mutual Agreement and bilateral signature. These additions are part of the scope of this contract and a new award will not be created. Those additional drawings can be found within the attachments section.

Type of Contract, Period of Performance, and Performance Location

The Government intends to award a Firm Fixed Price, 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Ordering Periods are projected as follows:

  • FAT Cushion Bottoms, Supports, and Tops – 10 EACH – 4 Weeks After Award
  • Ordering Period 1: 25 August 2026 – 24 August 2027
  • Ordering Period 2: 25 August 2027 – 24 August 2028
  • Ordering Period 3: 25 August 2028 – 24 August 2029
  • Ordering Period 4: 25 August 2029 – 24 August 2030
  • Ordering Period 5: 25 August 2030 – 24 August 2031

Production Quantity is as follows:

  • Cushion Bottoms – 4,879
  • Cushion Support – 9,766
  • Cushion Top – 4,879

Closed cell material must be provided for all products in accordance with, DWG 7516394 Rev F located at Attachment 0006.

All quantities must be in accordance with their respective drawings and will be inspected per attached quality assurance document (Attachment 0008) before acceptance.

All deliveries must be shipped to the following:

Crane Army Ammunition Activity

300 Highway 361

Building 148

Crane, IN 47522

Quote/Proposal Submission Requirements

Offerors shall submit the following in response to this Solicitation:

  1. Price – Offerors must submit Completed Pricing Sheet at Attachment 0002. All yellow – highlighted sections shall be completed. Unit Prices shall be offered for each of the Ordering Periods. Failure to provide a unit price of each of the Ordering Periods may deem the offeror not responsible.

       2. Completed responses to the questions provided in the RFQ Questionnaire in Attachment 0005.

      

       3. Gain access to the below Distribution Level D drawings:

                                        3763AS201 Rev G

                                        3763AS202 Rev G

                                        SA3976AS192 Rev D

                                        3122AS201 Rev L

                                        3904AS251 Rev D

                                        202127923

                                        202239473_98747

     4. Completed Clause at Attachment 0003 – FAR 52.212-3 Alt 1, paragraph (b) only.

     5. Completed Clause at Attachment 0004 – FAR 52.204-24, paragraph (d)(1) and (d)(2)

     6. Due to the phased in implementation of CMMC requirements, the contractor will be required to obtain and maintain a CMMC Level 2 Certification on or after 10 Nov 2026, at the discretion of the Contracting Officer. Failure to obtain and maintain the certification will result in the inability to exercise option periods or delivery orders against this contract.

***The contractor will be required to meet at least conditional CMMC Level 2 Self Assessment at contract award.

Drawing Access

JCP ACCESS OF RESTRICTED DRAWINGS (See additional Technical Data Package Instructions in Attachment 0009)

The drawings associated with this acquisition are Distribution Level D, authorized to the Department of Defense (DoD) and U.S. DoD contractors ONLY.  All firms must be registered in the Joint Certification Program (JCP) to access the drawings associated with this solicitation. The address for registration is https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx

Registration requires completion of the DD Form 2345.  Firms are required to have a current valid Cage Code to register.

NOTE: THE DD FORM 2345 MAY BE SUBMITTED ELECTRONICALLY.  DIRECTIONS FOR ELECTRONIC SUBMISSION ARE LOCATED AT THE FOLLOWING SITE, UNDER “SUBMITTING THE DD FORM 2345”

https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx

Access to the drawings is restricted to the data custodian listed on the DD Form 2345.

*NOTE: When requesting access to the drawings, the company CAGE CODE should be entered within the “Reason for Request” block. 

**NOTE: All contractors and associated subcontractors must meet the requirements for JCP in order to access Distribution D documents as part of this contract.

Basis for Award

Award will be made to the offeror who provides the lowest Total Price, who is deemed responsible, and whose quote conforms to the solicitation requirements. Total Evaluated Price will be calculated by the sum of the Evaluated Prices for Ordering Periods one (1) through five (5).

In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions.

Listing of Attachments

Attachment 0001 – Product Description

Attachment 0002 – IDIQ Pricing Spreadsheet

Attachment 0003 – FAR 52.212-3 Alt 1

Attachment 0004 – FAR 52.204-24

Attachment 0005 – RFQ Questionnaire

Attachment 0006 – DWG 7516394F

Attachment 0007 – Provisions and Clauses

Attachment 0008 – QASP

Attachment 0009 – TDP Information

Deadline for Submission

Offerors are due on 09 April 2026 no later than 01:00pm CST.

Offers shall be submitted in the following way:

Electronically via email to the Contract Specialist, Dustin.p.sexton.civ@army.mil and Contracting Officer, Bryce.t.willett.civ@army.mil. Offerors shall include “W519TC-26-Q-MJU7 Response – [Insert Offeror’s Name]” within the Subject line.

Questions

Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer

**Note: Interested offerors must submit any questions concerning this solicitation on or before 11 March 2026 by 01:00pm CST, to enable the Buyer to respond.

Questions not received within a reasonable time prior to close of the solicitation may not be considered.

End of Addendum 52.212-1

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.