Skip to content
Department of Defense

99--DOOR,JOIN,DBL FT/FZ

Solicitation: N0010426QSA82
Notice ID: ce0de9d7990e453c97f0f3a7d1dab110

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 24, 2026. Industry: PSC 9999.

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: N0010426QSA82. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$5,847,496,062,707
Sector total $5,847,496,062,707 • Share 100.0%
Live
Median
$799,696
P10–P90
$38,440$45,000,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+1285680%($5,846,561,545,589)
Deal sizing
$799,696 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 PA
Live POP
Place of performance
Not listed
State: PA
Contracting office
Mechanicsburg, PA • 17050-0788 USA

Applicable Wage Determinations

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

WD Directory →
Published Jan 30, 2026
Pennsylvania • Allegheny, Armstrong, Beaver +30
Match signal: state match
Published Jan 30, 2026
Pennsylvania • Fayette
Match signal: state match
Published Jan 30, 2026
Pennsylvania • Mercer
Match signal: state match
Published Jan 30, 2026
Pennsylvania • Lehigh
Match signal: state match

Point of Contact

Name
BRETT A. DEPALMA, N7M3.6, PHONE , EMAIL BRETT.A.DEPALMA.CIV@US.NAVY.MIL
Email
BRETT.A.DEPALMA.CIV@US.NAVY.MIL
Phone
717)605-4358

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS MECHANICSBURG • NAVSUP WEAPON SYSTEMS SUPPORT MECH
Contracting Office Address
Mechanicsburg, PA
17050-0788 USA

Description

NSN 3H-9999-LLCYC4279, TDP VER 001, REF NR 803-1648659 REV-E MOD, QTY 3 EA, DELIVERY FOB ORIGIN. The Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restrictions. (This is the only A/RMSC that implies that parts are candidates for full and open competition. Other A/RMSCs such as K, M, N, Q, and S may imply limited competition when two or more independent sources exist yet the technical data package is inadequate for full and open competition.) A/RMCs 1 or 2 are valid. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in the solicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

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

Updated: Feb 14, 2026
Executive summary

The Department of the Navy has released a presolicitation for a requirement involving 3 units of door join DBL FT/FZ, identified by NSN 3H-9999-LLCYC4279. The acquisition is 100% set aside for small businesses, reflecting the commitment to promote competitive opportunities under specific FAR clauses. Delivery is required FOB Origin, and the technical data package is complete with no restrictions.

What the buyer is trying to do

The buyer, the Department of the Navy, aims to procure 3 units of a specialized door join component, ensuring the acquisition is open to qualified small businesses to encourage competition.

Work breakdown
  • Identify eligibility and qualification requirements for bidders.
  • Obtain and review technical data package and specifications.
  • Prepare bid response including pricing strategy and compliance with set-aside rules.
  • Submit proposal by the response deadline of February 24, 2026.
Response package checklist
  • Complete technical data package review.
  • Detailed pricing proposal.
  • Evidence of compliance with set-aside eligibility.
  • Certification of qualifications as per FAR clause 52.209-1.
Suggested keywords
NSN 3H-9999-LLCYC4279door join DBL FT/FZSBA set-asidetechnical data packageFOB Origin
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Detailed specifications and drawings of the door join component.
  • Information on the delivery timeline post-award.
  • Clarification on how the qualification requirements will be assessed.

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.