- 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
VD TRACKER SYSTEM
Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: May 11, 2026. Industry: NAICS 333995 • PSC 9999.
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 333995 (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.
Point of Contact
Agency & Office
More in NAICS 333995
Description
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. Drawings or technical data are not available for this item.
3. Delivery days_________aro.
4. Offer valid for _____ days.
5. When submitting quotes via Electronic Data Interchange (EDI), make sure
you specify any exceptions (i.e. Mil specs/standards, packaging, Inspection
& Acceptance (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.
6. If you are not the manufacturer of the material you are offering, you MUST
state who the Original Equipment Manufacturer (OEM) is ¨Commercial and
Government Entity Code (CAGE) code) and the part number you are offering.
7. Please provide an email address for follow up communications.
____________________________________________________________
8. It is recommended that vendors provide contact information to NAVSUP Weapon
System Support (WSS) Mechanicsburg in order to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts/modifications
are issued by Defense Logistics Agency (DLA) Weapons Support Mechanicsburg
and posted on Procurement Integrated Enterprise Environment (PIEE)
Electronic Data Access (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
Point-of-Contact (POC) with phone number and email address.
9. Contractors can view their orders, contracts and modifications at the
EDA web tool. This web tool is located at the 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 electronic
submittal of Invoice and Receiving Report (COMBO) through PIEE-WAWF.
10. The following DLA Procurement Notes are applicable to this requirement:
E06 Inspection and Acceptance at Source (JUN 2018)
11. INSPECTION OF MATERIAL WILL BE AT (CAGE & ADDRESS):
______________________________________________________________
INSPECTION OF PACKAGING AND FINAL ACCEPTANCE OF MATERIAL WILL BE AT (CAGE &
ADDRESS):
______________________________________________________________
12. UCF SECTION F PRODUCTION FACILITY CHANGES
(a) The performance of any of the work contracted for in any place other than
that named in the contract is prohibited unless specifically approved by the
Contracting Officer. Written requests for a change in production facilities
must be submitted in writing to the Contracting Officer. Changes in
production
facilities may be approved, provided:
(1) Performance by small business or in labor surplus areas as required by
the contract will not be changed;
(2) The change will not cause a delay in delivery or necessitate a change in
the purchase description;
(3) The free on board (f.o.b.) point is not changed; and
(4) Each request is supported by a price reduction of $250.00 to cover the
Government's administrative costs to process the change.
(b) The Government reserves the right to deny approval even if these four
elements are met.
Award evaluations will be made using the Lowest Price Technically Acceptable
(LPTA) criteria per DFARS 215.101-2-70(a)(1)(i).
This request for quote is being issues in accordance with FAR Part 12,
Acquisition of Commercial Products and Commercial Services.
INSPECTION AT ORIGIN
ACCEPTANCE AT ORIGIN
POC EMAIL: DAVID.CRUZ@DLA.MIL
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.