Skip to content
Department of Defense

IMU-NT3

Solicitation: SPRMM125QHG56
Notice ID: b7b0ecda9e494f048d6e05ccc8d6ecc5
TypeSolicitationNAICS 334417PSC5999DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStatePAPostedFeb 13, 2026, 12:00 AM UTCDueFeb 26, 2026, 08:30 PM UTCCloses in 3 days

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 26, 2026. Industry: NAICS 334417 • PSC 5999.

Market snapshot

Awarded-market signal for NAICS 334417 (last 12 months), benchmarked to sector 33.

12-month awarded value
$33,140,081
Sector total $20,447,912,679 • Share 0.2%
Live
Median
$350,000
P10–P90
$30,397$350,000
Volatility
Volatile91%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($33,140,081)
Deal sizing
$350,000 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 • 17055-0788 USA

Point of Contact

Name
Telephone:
Email
BRIANNE.CRACKER@DLA.MIL
Phone
7175503124

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA MARITIME
Office
DLA MARITIME MECHANICSBURG • SPRMM1 DLA MECHANICSBURG
Contracting Office Address
Mechanicsburg, PA
17055-0788 USA

More in NAICS 334417

Description

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|tbd||tbd|SPRMM1|tbd|tbd|tbd|tbd|tbd|tbd|tbd|||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|x|x|x||x|x|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334417|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| This purpose of this amendment is to extend the due date, dissolve the small business setaside, and change the quantity. 1. The due date is changed to 2/26/26. 2. Quantity is changing from 10 ea to 5 ea. 3. The small business setaside is dissolved. \ CASREP US NAVY HI-PRIORITY REQUIREMENT RELATED TO BREAKDOWN OF MISSION ESSENTIAL EQUIPMENT. ABSOLUTE BEST DELIVERY REQUIRED. 1. All contractual documents (i.e. contracts, purchase orders, task orders, Delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 2. No drawings or technical data are available for this item. 3. RFID is only required if the Ship To code identified above is listed at the website with DFARS 252.211-7006 PASSIVE RFID, as the time of shipment. Currently, there are no locations listed that require passive RFID tagging. 4. Delivery days_________aro. 5. Offer valid for _____ days. 6. Notice to surplus/new surplus/new manufactured surplus suppliers: Submission of your quote without a surplus certificate will null and void your quote. A surplus material certificate must accompany all quotes for surplus/new surplus/new manufactured. If submitting quote via EDI, a faxed or scanned copy must be sent to the buyer. 7. When submitting quotes via EDI, make sure you specify any exceptions (i.e. Mil specs/standards, packaging, I&A, packaging houses etc) or follow up with a hardcopy of the exceptions. If nothing is indicated or received, award will be based upon solicitation requirements. Changes or requests for changes after award will have consideration costs deducted on modifications. 8. If supplies will be packaged at a location different from the offeror address, the offeror shall provide the name and street address of the packaging facility. Inspection of material will be at: ______________________________________________________________ Inspection of packaging and final acceptance of material will be at: ______________________________________________________________ 9. If you are not the manufacturer of the material you are offering, you must state who the OEM is (cage code) and the part number you are offering. 10. Please provide an email address for follow up communications. ____________________________________________________________ It is recommended that vendors provide contact information to NAVSUP WSS Mechanicsburg in order to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts/modifications are issued by DLA Maritime Mechanicsburg and posted on EDA. To receive these notifications, contact: NAVSUPWSS code 025, procurement systems design and contract support division Via email at NAVSUPWSSITIMPHelpdesk@navy.mil. Please include the following information with your request: cage code, company name, address and POC with phone number and email address. Contractors can view their orders, contracts and modifications at the Electronic Document Access (EDA) web tool. This web tool is located at the Procurement Integrated Enterprise Environment (PIEE) website. It is recommended that the contractor register for EDA at https://piee.eb.mil/. Click on new user and registration. Any order resulting from this Request for Quotation will require electronicsubmittal of Receiving Report and Invoices through PIEE-WAWF. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the IMU-NT3 . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The IMU-NT3 furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;34NS0 AL-7203-IMU-NT3 DTS10095-01-002; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 15, 2026
Executive summary

The Defense Logistics Agency is soliciting proposals for the IMU-NT3, with a revised quantity of 5 units due by February 26, 2026. The requirement has a high priority related to mission essential equipment for the U.S. Navy, emphasizing the need for absolute best delivery. There are specific compliance and inspection requirements outlined, which necessitate careful attention from bidders.

What the buyer is trying to do

The buyer seeks to procure 5 units of the IMU-NT3 to fulfill a high-priority requirement, ensuring the equipment meets strict specifications and compliance standards.

Work breakdown
  • Review solicitation documents thoroughly.
  • Prepare a compliant quotation including required certifications.
  • Gather any necessary documentation such as surplus certificates.
  • Outline packaging and inspection procedures as specified.
  • Submit the quote before the deadline.
Response package checklist
  • Completed quotation including all required certifications.
  • Surplus certificate if applicable.
  • Contact information for follow-up communications.
  • Documentation regarding OEM if not the manufacturer.
Suggested keywords
IMU-NT3Defense Logistics AgencyDLAmilitary equipment procurementhigh-priority contract
Source coverage notes

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

  • Details on the exact inspection and acceptance processes.
  • Current list of manufacturers eligible for certification.
  • Any additional delivery requirements that may arise post-award.

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.