Skip to content
Department of Defense

Sustainment Aerial Delivery Equipment -Sling Load (SADE-SL) Low-Cost Cargo Net

Solicitation: W911QY-26-9-SADE
Notice ID: c3a869faff45479e875d4f06bf821f76
TypePresolicitationNAICS 314994PSC3940Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateMAPostedMar 12, 2026, 12:00 AM UTCDueMar 24, 2026, 04:00 PM UTCCloses in 9 days

Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MA. Response deadline: Mar 24, 2026. Industry: NAICS 314994 • PSC 3940.

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: W911QY-26-9-SADE. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 314994 (last 12 months), benchmarked to sector 31.

12-month awarded value
$902,500
Sector total $1,227,245,608 • Share 0.1%
Live
Median
$63,574
P10–P90
$35,915$91,234
Volatility
Volatile87%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+292%($535,821)
Deal sizing
$63,574 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 MA
Live POP
Place of performance
Natick, Massachusetts • 01760 United States
State: MA
Contracting office
Natick, MA • 01760-5011 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MA20260001 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Massachusetts • Barnstable, Bristol, Dukes +5
Rate
Insulator/asbestos worker Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems (ZONE A)
Base $55.45Fringe $36.63
Rate
ZONE B)
Base $55.45Fringe $36.63
+97 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 97 more rate previews.
Davis-BaconBest fitstate match
MA20260001 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Barnstable, Bristol, Dukes +5
Rate
Insulator/asbestos worker Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems (ZONE A)
Base $55.45Fringe $36.63
Rate
ZONE B)
Base $55.45Fringe $36.63
Rate
ATERIAL HANDLER (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems whether they contain asbestos or not)
Base $55.45Fringe $36.63
+96 more occupation rates in this WD
Davis-Baconstate match
MA20260011 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Franklin
Rate
Insulator/asbestos worker (Includes the application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems.)
Base $44.36Fringe $36.63
Rate
BOILERMAKER
Base $50.62Fringe $28.82
Rate
BRICKLAYER BRICKLAYERS; CEMENT MASONS; PLASTERERS; STONE MASONS; MARBLE, TILE & TERRAZZO WORKERS
Base $50.81Fringe $32.27
+54 more occupation rates in this WD
Davis-Baconstate match
MA20260017 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Bristol
Rate
ELECTRICIAN (Includes Traffic Signalization)
Base $66.17Fringe $37.08
Rate
POWER EQUIPMENT OPERATOR GROUP 1
Base $57.83Fringe $33.70
Rate
GROUP 2
Base $57.18Fringe $33.70
+22 more occupation rates in this WD
Davis-Baconstate match
MA20260007 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Franklin
Rate
CARPENTER
Base $43.33Fringe $27.82
Rate
Power equipment operators: (1) Backhoe/Excavator/Trackhoe
Base $42.88Fringe $31.04
Rate
A (1) Loader
Base $42.88Fringe $31.04
+8 more occupation rates in this WD

Point of Contact

Name
Ethan Seal
Email
ethan.p.seal.civ@army.mil
Phone
Not available
Name
Sean G. Auld
Email
sean.g.auld.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-APG • W6QK ACC-APG NATICK
Contracting Office Address
Natick, MA
01760-5011 USA

More in NAICS 314994

Description

Agency: Department of the Army

Office: Army Contracting Command, Aberdeen Proving Ground Natick Division

Location: Natick, MA

Program Office: Product Manager Force Sustainment Systems (PdM-FSS)

RPP Number: W911QY-26-R-SADESL

Date Issued: 12 March 2026

Proposals Due: 24 March 2026 NLT 1400 EDT

Objective

This competitive Request for Project Proposal (RPP) is issued to request formal competitive pre-proposals in the form of white papers in accordance with Section III, B, 1 of the U.S. Army Combat Capabilities Development Command Soldier Center (DEVCOM SC) Broad Other Transaction Authority Announcement (BOTAA) 22-01 competitive announcement and is being issued for planning purposes to execute a formal agreement under 10 USC 4022(b), Other Transaction Authority (OTA) for the prototype project described below.. It is not to be construed as a commitment by the Government to award an agreement, nor will the Government pay for the information solicited. Product Manager Force Sustainment Systems (PdM FSS) is seeking information on the capabilities and willingness of private entities to develop a design for Low-Cost 5000-pound and 10,000-pound Helicopter Cargo Nets that will support a prototype project, as defined on page 5 of the BOTAA.

Background

The Government is looking for a low-cost replacement of the current 5000-pound and 10,000-pound Cargo Nets or components of the Cargo Net system. The DoD uses Cargo Nets as a means of transporting equipment around the battlefield faster than traditional ground transport and without the need for large fixed-wing transport aircraft.

Requirements

The purpose of this RPP is to request pre-proposals to conduct preliminary design for a Low-cost Cargo Net capability. The preliminary design may be based on reusing, modifying, or enhancing existing designs.

The pre-proposals shall address the full requirements of this RPP:

Develop a Low-Cost Cargo Net Prototype

  • Must be able to support the suspended weight capability in the standard system categories of 5,000 and 10,000 pound capacity at a 35% (T) and 75% or more (O) reduction of individual item cost compared to the current nylon cargo nets (T= threshold/ minimum a requirement needs to meet to be acceptable. O=This refers to an objective or best-case value for a requirement)
  • The SADE‑SL shall not increase current sling‑load rigging time by more than 25% (T) and should ideally reduce rigging time by 25% or more (O).
  • SADE-SL shall allow for ease of rigging for future variants of payloads with minimal redesign, test and certification, as well as reduce impacts on the environment. The payload compartment must provide quick release latching mechanisms for efficient unloading
  • SADE-SL shall be compatible with current Army rotary wing aircraft that include the UH-60 and CH-47 (T) and compatible with other military and civilian rotary wing aircraft to include the CH-46, CH-53 and CV-22, Future Vertical Lift (FVL) medium and heavy lift aircraft
  • SADE-SL shall be compatible to standard or recently developed sling load and airdrop components to the maximum extent possible
  • The SADE-SL components shall be capable of operation and storage in all of the following climatic categories; Basic, Hot and Cold as current sling load and aerial delivery equipment/systems (T=O). Function in Basic, Hot and Cold conditions in accordance with MIL-STD-810G. These variables will be hot, basic, cold, ranges as low as -60o F (objective) to +145o F and high-altitude pressure standards characteristic of worldwide operations, as described in AR 70-38, dated 15 Sep 1979.
  • It will operate within all terrain types (desert, mountain, jungle, and water/maritime), and during inclement weather, to include precipitation, air carrier Instrument Meteorological (IMC) conditions and maritime/salt fog conditions.
  • As required by the Government, compliance may be verified at a Government approved facility in accordance with MIL-STD-810G, Method 500.4 (Low Pressure/High Altitude, and Rapid Decompression), Method 501.4 (High Temperature), Method 502.4 (Low Temperature), Method 505.5 (Solar Radiation – Sunshine Procedures 1,2), Method 506.4 (Rain Drip), Method 507.4 (Humidity), Method 508.4 (Fungus), Method 509.4 (Salt Fog), Method 510.4 (Blowing Dust), Method 510.4 (Blowing Sand), Method 511.4 (Explosive Atmosphere), Method 514.5 (UH-60, CH-47, C-130, C-17 and Loose Cargo Vibration).
  • Capable of adaptation to other US forces for strategic, operational, and tactical military operations. Shall be designed to promote ease of operation and maintenance by the 5th percentile female through the 95th percentile male Soldier/Marine/Airman as described in MIL-STD-1472G while wearing the field duty uniform, cold weather uniform, and chemical protective uniform.
  • Must demonstrate suitability in conditions where the user wears cold weather gloves. The system shall be capable of being transported by highway, rail, marine, and air modes, world-wide. The applicable transportability criteria are set forth in MIL-STD-1366E.

Full specifications and requirements are established in the attached Statement of Work (SOW).

Files

Files size/type shown when available.

BidPulsar Analysis

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

Analysis is being generated for this notice. Check back shortly.

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.