Skip to content
Department of Defense

MH-60 Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) Support

Solicitation: N00019-26-RFPREQ-APM299-0102
Notice ID: d0ff988a1b6c4d5aac65f876bb02aa49
TypePresolicitationNAICS 334511PSC5845Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 20, 2026, 12:00 AM UTCDueMar 07, 2026, 09:00 PM UTCCloses in 13 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 07, 2026. Industry: NAICS 334511 • PSC 5845.

Market snapshot

Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,902,979,568
Sector total $20,341,046,444 • Share 9.4%
Live
Median
$71,089
P10–P90
$27,174$1,872,385
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
9.4%
share
Momentum (last 3 vs prior 3 buckets)
+6156%($1,843,097,188)
Deal sizing
$71,089 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
Johnstown, Pennsylvania • 15904 United States
State: PA
Contracting office
Patuxent River, MD • 20670-5000 USA

Point of Contact

Name
Monica L. Card
Email
monica.l.card.civ@us.navy.mil
Phone
Not available
Name
Eric Richey
Email
eric.j.richey.mil@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR HQS • NAVAL AIR SYSTEMS COMMAND
Contracting Office Address
Patuxent River, MD
20670-5000 USA

More in NAICS 334511

Description

The Naval Air Systems Command (NAVAIR) intends to award a Basic Ordering Agreement on a sole source basis to Enterprise Ventures Corporation (EVC) to support the Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS).

This action is intended to be awarded on a sole source basis to EVC under the authority permitting other than full and open competition, Title 10, U.S.C. 3204(a)(l), as implemented by FAR 6.302-1, "Only One Responsible Source and No Other type of Supplies or Services Will Satisfy Agency Requirements." EVC is the sole designer, developer, systems integrator, and manufacturer of the CSTRS and, as such, is the only source with the requisite knowledge and skilled personnel, facilities, manufacturing tooling, test equipment, experience, and technical data necessary to provide the required supplies.

Orders under this BOA will be issued to ensure comprehensive sustainment support, system modernization, and on-demand access to engineering, technical, and subject matter expert support. This support will encompass troubleshooting, system analysis, design modifications, and will address other technical challenges related to the AMCM CSTRS mission kits. EVC will play a critical role in mitigating risks by leveraging engineering, technical, and subject matter expertise to proactively identify issues and implement corrective actions to address obsolescence within the associated WRAs and SRAs. Specifically, EVC will provide engineering expertise to evaluate and resolve obsolescence challenges, implement system updates to enhance operational reliability, and deliver tailored technical solutions to maintain mission readiness. These efforts will include the proactive identification of at-risk components, development of replacement strategies, and integration of advanced technologies to ensure the continued effectiveness and sustainability of the AMCM CSTRS mission kits in support of operational requirements.

Note: This notice of intent is not a request for competitive proposals. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. The Government does not intend to fund the development or qualification of other sources for fulfilling this requirement, as production for the supplies listed requires a substantial initial investment or an extended period of preparation for manufacture. However, the Government will consider all proposals received within thirty days after the publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Questions concerning subcontracting opportunities should be directed to Ms. Jennifer Blough, Enterprise Ventures Corporation, 100 CTC Drive, Johnstown, PA 15904           

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.

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.