Skip to content
Department of Defense

16--SLEEVE

Solicitation: N0038325QC412
Notice ID: d1dfbd313bd4490d8cc6e67b631f999b
TypeSolicitationNAICS 333998PSC1680DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 06, 2026, 12:00 AM UTCDueFeb 19, 2026, 08:30 PM UTCExpired

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 19, 2026. Industry: NAICS 333998 • PSC 1680.

Market snapshot

Awarded-market signal for NAICS 333998 (last 12 months), benchmarked to sector 33.

12-month awarded value
$9,557,904
Sector total $20,447,912,679 • Share 0.0%
Live
Median
$50,310
P10–P90
$31,272$350,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($9,557,904)
Deal sizing
$50,310 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
Philadelphia, PA • 19111-5098 USA

Point of Contact

Name
Telephone:
Email
DANIELLE.M.JUNOD.CIV@US.NAVY.MIL
Phone
2156971138

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS PHILADELPHIA • NAVSUP WEAPON SYSTEMS SUPPORT
Contracting Office Address
Philadelphia, PA
19111-5098 USA

More in NAICS 333998

Description

CONTACT INFORMATION|4|N792.15|LZZ|NA|danielle.m.junod.civ@us.navy.mil | ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|x||||||||||||x|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report Combo|source|tbd|n00383|tbd|tbd|See Schedule|tbd||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1|| CONTINUED: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION|16||||||||||||||||| SERVICES (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|336413|1250||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||DOD A1A| The purpose of this amendment is to extend the solicitation date to 19 FEB 2026.// The purpose of this amendment is to extend the solicitation date to 05 FEB 2026. \ The purpose of this amendment is to increase the quantity to 3 and extend the solicitation date to 22 AUG 2025. \ This solicitation is for made new manufacture spare parts. This is a sole source requirement. The Government physically does not have in its possession sufficient, accurate, or legible data to contract with other than the current source. These items require Government Source Approval prior to award. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Brochure which can be obtained on the internet at h https://www.navsup.navy.mil/public/navsup/wss/business_opps/. Offers received which fail to provide all data required by the source approval brochure will not be considered for award under this solicitation. NAVSUP WSS has been granted a class deviation (CL-00-203) that permits us to use the award forms currently available in our automated procurement system instead of the SF 1449 when conducting procurements for commercial items. This procurement is being conducted in accordance with FAR Part 12, Acquisition of Commercial Products. Information appearing on the face of the DD Form 1155 or SF 26 that conflicts with clauses or provisions contained elsewhere in this solicitation shall be disregarded. Addendum to FAR 52.212-4 Contract Terms and Conditions Commercial Products Under paragraph(a) "Inspection and Acceptance" add the following: 1. FAR Clause 52.246-2 Inspection of Supplies-Fixed Price applies as amended herein. All product audits performed at the discretion of the DCMA QAR shall be conducted by witnessing contractor inspections or tests on a non-interference basis. 2. The contractor shall maintain a quality system that addresses the elements of ISO9001-2000/AS9100B, Quality System Model for Quality Assurance in Design/Development, Production, Installation and Servicing, and a calibration system that addresses the elements of ISO-10012-1, ANSI/NCSL Z540 or an equivalent program approved by the Navy. 3. The government reserves the right to assess the contractor's compliance to its documented quality system throughout the performance of this contract. The quality system procedures, planning, and all other documentation, media, and data which comprise the quality system shall be made available to the government for their review and use. The acceptance of non-conforming supplies is a prerogative of and shall be as prescribed by the government. The government reserves the right to disapprove the quality system or portions there of when it fails to meet its intended objectives. 4. The Contractor shall not make any configuration changes, engineering changes or part number changes to the contract/purchase order items, including, but not limited to, the item's hardware, software or firmware, unless approved by the Procurement Contracting Officer (PCO). In addition, approval by the appropriate technical authority may also be required. Guidance on how to submit a proposed engineering or part number change may be obtained from the PCO. 5. The Contractor shall not manufacture any item for acceptance by the Government that incorporates a known departure from technical or contractual requirements unless a request for a deviation has been approved. Authorized deviations are a temporary departure from the requirements only and do not authorize a change to the item's configuration baseline. Any deviation, major or minor, must be approved by the PCO prior to acceptance. For information or questions regarding this notice, please contact DanielleJunod at the email address: danielle.m.junod.civ@us.navy.mil. NAVSUP WSS Requests proposals submitted in response to this solicitation remain valid for a minimum of 120 days following submission. All contractual documents 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. \

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.