- 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
61--PWR SPLY MOD 18LB/H, IN REPAIR/MODIFICATION OF
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Industry: PSC 6120.
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
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 57 more rate previews.↓
Point of Contact
Agency & Office
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.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
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.
- 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).
- 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.
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.