- 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
2541 - WINDOW INSTALLATION BKIT
Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Apr 07, 2026. Industry: NAICS 336320 • PSC 2541.
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 336320 (last 12 months), benchmarked to sector 33.
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 38 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336320
Description
NSN: 2541-01-626-4650
Item Description: WINDOW INSTALLATION
NAICS: 336320
Set-Aside Type: TOTAL SMALL BUSINESS 100%
Quantity: 1,000 KT
Option: 100%
FOB, Inspection, and Acceptance points as required per the solicitation.
Required Delivery: 150 DAYS
Ship-To Addresses:
PARCEL POST DODAAC SW3120, W62G2T, W25G1U
FREIGHT DODAAC SW3120, W62G2T, W25G1U
CONTRACTOR FIRST ARTICLE TESTING REQUIREMENT
BALLISTIC & NON-BALLISTIC PRODUCT CONTROL TESTING REQUIREMENT
A classified drawing document is called out in the Technical Data Package. It is not incldued with release of the TDP. The TDP becomes available alongside the publication of the solicitation. Contract award for this item is limited to those contractors that have a valid and current security classification level of "secret" prior to award. Upon award of the contract, the contracting officer will arrange for the secure distribution of this classified drawing document through the data distribution office, DSCC-VPTC, COLUMBUS, OHIO.
To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data.
The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at:
https://www.dla.mil/Logistics-Operations/Enhanced-Validation/
The final award decision will be based through a trade-off between price & non-price factors. The following factors, ranked in descending order of importance, will be considered in evaluation of proposals: Past Performance, Delivery, and Price. All evaluation factors, other than price, when combined are significantly more important than price. As other evaluation factors become more equal, the evaluated price becomes more important.
All offers shall be in the English language and in US dollars. All interested suppliers may submit an offer. One or more of the items under this acquisition may be subject to an Buy American Act.
Based on market research this item is manufactured for military use only and is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government’s requirement. The solicitation will be available on DLA’S Internet Bid Board Site (DIBBS) on or about 04/08/2026. http://www.dibbs.bsm.dla.mil/rfp
DIBBS / DLA Details
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.