- 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
V-22 Combo 13
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Apr 02, 2026. Industry: NAICS 332710 • PSC 4920.
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 332710 (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 332710
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, New Jersey, intends to competitively procure, manufacture, assemble, inspect, and deliver the following item(s): Tow Collar, Nose Landing Gear, P/N 901-236-024-101; Actuator/Proprotor Hub Pitch Assembly, P/N 901-220-951-101; Transducer Set, Ultrasonic; P/N 901-220-970-101; and Tool, Bearing Removal/Installation, P/N 901-247-001-101.
The intention is to competitively award this requirement as a 100% Small Business Set-Aside. A Firm Fixed Priced (FFP) Contract is anticipated. Award will be made to the Lowest Price Technically Acceptable Offeror. Further details will be posted with the solicitation. The Government intends to release the solicitation, including any subsequent amendments, on the SAM.gov website.
No telephone or written requests for the solicitation will be accepted. Amendments to the solicitation, if issued, will be posted to the same website. After solicitation release, vendors should regularly access the website to ensure they have all the amendments. The point of contact for this effort is Kyle Welge, Contract Specialist, kyle.a.welge.civ@us.navy.mil.
The item(s) in this acquisition have been deemed to fall into Cybersecurity Maturity Model Certification (CMMC) Level 2- Self-Assessment. CMMC Level 2 requires implementation of the 110 security requirements set forth in NIST SP 800–171 Rev. 2 to protect CUI in contractor information systems. Level 2 assessments are conducted every three years. CMMC Level 2 self-assessment scores are entered by the Organization Seeking Assessment (OSA) into the Supplier Performance Risk System (SPRS).
IMPORTANT INFORMATION: Offerors will be required to submit a DD2345, Military Critical Technical Data Agreement, to obtain a copy of the drawings that will be associated with the solicitation. For Form 2345 information, contact DLIS in Battle Creek, MI at 800-352-3572 or visit on the web at http://www.dlis.dla.mil/jcp. Registration in the Department of Defense DoD System for Award Management (SAM) database will be a prerequisite for receiving an award. For more information on the SAM, refer to the SAM website at https://www.sam.gov/portal/public/SAM.
THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for administrative purposes only. It does not constitute a solicitation for bid or proposals, and should not be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.
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.