- 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
LGC 25-3-14 Weld Ventilation B2
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: IL. Response deadline: Apr 20, 2026. Industry: NAICS 238190 • PSC 3695.
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 238190 (last 12 months), benchmarked to sector 23.
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 182 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238190
Description
Sources Sought:
Title: LGC 25-3-14 Weld Ventilation B2, RIA-JMTC at Rock Island Arsenal
Product Service Code: 3695
NAICS Code: 238190
The purpose of this notice is to gain knowledge of potential qualified sources for the purchase of LGC 25-3-14 Weld Ventilation B2 at Rock Island Arsenal in support of the Joint Manufacturing and Technology Center (JMTC). The U.S. Army Contracting Command-Rock Island (ACC-RI) is seeking sources only.
This is NOT a Request for Proposal (RFP), Request for Quotation (RFQ), or an invitation for bid, nor does its issuance obligate or restrict the Government to an eventual acquisition. The Government may use all information received from this RFI for planning purposes and to identify potential sources as part of market research. The Government does not intend to award a contract based on responses to this RFI nor reimburse vendors for the preparation of any information submitted or Government use of such information. Responders are solely responsible for all expenses associated with responding to this RFI. ACCRI will not pay for information received in response to this RFI.
ACC-RI intends to consider all capability statements when developing its finalized acquisition strategy and resulting solicitation(s).
Please submit all capability statements as outlined below by 11:00 A.M. CST on April 20, 2026, by email to angel.j.traman.civ@army.mil.
Please provide a capability statement to include supporting information and documents to support the vendor’s ability to perform this requirement in accordance with Attachment 0001 – DRAFT Purchase Description. The capability statement should clearly address the following areas:
1. Vendor’s Size Standard, DUNS Number, EUI, Cage Code
2. Does the vendor have at least 3 years of experience manufacturing this equipment.
3. What manufacturer and model number would be offered for this equipment.
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.