- 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
Intent to Sole-Source: OMAX Waterjet Service
Special Notice from DEPT OF DEFENSE • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 23, 2026. Industry: NAICS 811310 • PSC J034.
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 811310 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Incumbent & Expiration Tracking
Competitive Heat Score
Moderate competition signal. Standard qualification and pricing discipline should hold.
- Deadline status: Notice is already expired.
- Competition pool: Open competition (no set-aside detected).
- Market crowding: 6 nearby NAICS matches found.
Point of Contact
Agency & Office
More in NAICS 811310
Description
Army Contracting Command – Aberdeen Proving Ground (ACC-APG), Tobyhanna Division, Tobyhanna, PA 18466 intends to award a sole source contract to Phillips Corporation/ Federal Division, 7390 Coca Cola Drive Ste. 200, Hanover, MD 21076.
This requirement is for a non-personal services contract to provide Preventative Maintenance and Emergency Repairs to the OMAX Water Jet bar code TY022738 serial number K511780. The OMAX system is located in building 1C Bay 2 of Tobyhanna Army Depot. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide Preventive Maintenance and Emergency Repairs on Tobyhanna’s OMAX Water Jet machine.
The Government intends to acquire this service under the guidelines of FAR Part 13, Simplified Acquisition Procedures and FAR Part 12, Commercial Items. The Government intends to solicit and negotiate directly under the authority of 41 U.S.C. 1901 as implemented by FAR 13.501.
A draft Performance Work Statement (PWS) is attached.
This is not a solicitation for competitive quotes. However, if any interested party can provide the maintenance services to the OMAX system, you may submit a statement of capabilities that may be considered by Tobyhanna Army Depot. A determination by the Government not to compete this proposed requirement is based upon responses to this notice and is solely within the discretion of the Government.
Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement in the future.
The capability statement and any other information furnished must be via email only and must contain material in sufficient detail to allow the Government to determine if the party can meet the requirements.
Capability statements and related materials must be e-mailed to Marissa Brodi at
marissa.c.brodi.civ@army.mil by 10:00 AM EST on 23 February 2026.
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.