Skip to content
Department of Defense

61--PWR SPLY MOD 18LB/H, IN REPAIR/MODIFICATION OF

Solicitation: N0010426PBF43
Notice ID: a3ff63cbe5c84f4a8049cd362260cbda

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Industry: PSC 6120.

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: N0010426PBF43. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

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

12-month awarded value
$5,848,508,999,810
Sector total $5,848,508,999,810 • Share 100.0%
Live
Median
$2,108,484
P10–P90
$178,991$114,021,616
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)
+212041%($5,842,573,422,454)
Deal sizing
$2,108,484 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

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
PA20260004 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Bucks, Chester, Delaware +2
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
MILLWRIGHT
Base $54.54Fringe $38.78
+57 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 57 more rate previews.
Davis-BaconBest fitstate match
PA20260004 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Bucks, Chester, Delaware +2
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
MILLWRIGHT
Base $54.54Fringe $38.78
Rate
CARPENTER
Base $57.36Fringe $30.09
+56 more occupation rates in this WD
Davis-Baconstate match
PA20260090 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Franklin
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) (Asbestos Abatement, Removal from Mechanical Systems Only)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.99Fringe $16.87
+48 more occupation rates in this WD
Davis-Baconstate match
PA20260094 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Lehigh
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+39 more occupation rates in this WD
Davis-Baconstate match
PA20260075 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Beaver
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR MECHANICAL- Duct, Pipe & Mechanical System Insulation and Industrial Work (Including Duct and Pipe)
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
+37 more occupation rates in this WD

Point of Contact

Name
THOMAS M. FALCONE, N9434.28, PHONE , EMAIL THOMAS.M.FALCONE.CIV@US.NAVY.MIL
Email
THOMAS.M.FALCONE.CIV@US.NAVY.MIL
Phone
564)230-2219

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 7H-6120-016619501-X3, TDP VER 003, QTY 15 EA, DELIVERY FOB ORIGIN, ISSUE TO PIONEER INDUSTRIES INC, FARMINGDALE, NY 11735-5609. This notice of intent is not a request for competitive quotes and the proposed/contract action is for supplies or services for which the Government intends to negotiate with only one sourece. Interested persons may identify their interest and capability to respond to the requirement or submit quotes. Quotes received prior to the award date will be considered by the Government.A determination by the Government not to compete 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. 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. 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. 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. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. 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 14, 2026
Executive summary

NAVSUP Weapon Systems Support (Mechanicsburg) issued a presolicitation/notice of intent under DEPT OF THE NAVY for NSN 7H-6120-016619501-X3 (TDP Ver 003), quantity 15 EA, delivery FOB Origin. The Government states it intends to negotiate with only one source under FAR 6.302-1 and identifies “issue to Pioneer Industries Inc, Farmingdale, NY 11735-5609.” The notice emphasizes the Government does not own the rights to the technical data needed to purchase/repair from additional sources and considers reverse engineering uneconomical. Interested parties may still submit capability information/quotes; proposals received within 45 days of publication (or 30 days if under an existing BOA) will be considered, and any award requires meeting qualification requirements per FAR 52.209-1.

What the buyer is trying to do

Place a sole-source award for a power supply (PSC 6120) tied to NSN 7H-6120-016619501-X3 (TDP Ver 003) for 15 units, shipped FOB Origin, while validating that the offeror/product/manufacturer meets any applicable qualification requirements at time of award (FAR 52.209-1). The buyer is signaling data-rights constraints and intends to proceed without competition unless an alternate source can credibly demonstrate capability/qualification without requiring Government-owned data or reverse engineering.

Work breakdown
  • Provide 15 EA of the item associated to NSN 7H-6120-016619501-X3 (TDP VER 003).
  • Meet delivery terms: FOB Origin.
  • Support qualification compliance at time of award per FAR 52.209-1 (offeror/product/manufacturer must meet qualification requirements).
  • If proposing a commercial item alternative, notify contracting officer within 15 days of notice (as allowed by the synopsis).
  • If seeking to challenge sole-source, submit capability statement/quote/proposal within the notice window (45 days from publication; 30 days if issued under an existing BOA after publication).
Response package checklist
  • Capability statement explicitly referencing NSN 7H-6120-016619501-X3, TDP VER 003, and quantity 15 EA.
  • Evidence of qualification status (offeror/product/manufacturer) consistent with FAR 52.209-1, or a clear path/timeline to be qualified by time of award (only if permitted by the qualification program).
  • Evidence of data rights/access or authorization to manufacture/supply the item to the required TDP version without relying on Government-owned data rights.
  • Quote/proposal addressing delivery terms FOB Origin and any lead times.
  • If asserting commercial-item availability, a written notification to the contracting officer within 15 days of the notice describing how the item satisfies the Government requirement as a commercial item (note: buyer states FAR Part 12 policies will not be used).
  • If applicable, BOA reference and how the response aligns to the “30 days if award is issued under an existing BOA” consideration language.
Suggested keywords
NSN 7H-6120-016619501-X3TDP VER 003PSC 6120NAVSUP WSS MechanicsburgN0010426PBF43FAR 6.302-1FAR 52.209-1FOB OriginPioneer Industries Inc
Source coverage notes

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

  • NAICS code(s)
  • Set-aside status (if any)
  • Specific delivery date/lead time requirements
  • Place of performance/ship-to and acceptance/inspection details
  • Exact qualification requirement(s) and how to demonstrate compliance
  • Award date or the exact deadline the Government will use for considering responses
  • Whether the requirement is supply-only versus repair/modification services (scope clarification)

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.