Skip to content
Department of Defense

ELBOW,HOSE

Solicitation: N0010425QFD43
Notice ID: d4893ca5a5d34522bdaecfbdebf0ea16
TypeSolicitationNAICS 332919PSC4730DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedMar 13, 2026, 12:00 AM UTCDueMar 27, 2026, 08:30 PM UTCCloses in 14 days

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 27, 2026. Industry: NAICS 332919 • PSC 4730.

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: N0010425QFD43. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 332919 (last 12 months), benchmarked to sector 33.

12-month awarded value
$4,837,136
Sector total $24,330,008,745 • Share 0.0%
Live
Median
$36,994
P10–P90
$31,513$191,252
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)
+522%($3,496,452)
Deal sizing
$36,994 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 →
Best fit for this contractDavis-Bacon
PA20260020 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Allegheny, Armstrong, Beaver +30
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BOILERMAKER
Base $48.28Fringe $33.17
+112 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 112 more rate previews.
Davis-BaconBest fitstate match
PA20260020 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Allegheny, Armstrong, Beaver +30
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
BOILERMAKER
Base $35.34Fringe $18.48
+111 more occupation rates in this WD
Davis-Baconstate match
PA20260002 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Allegheny, Armstrong, Beaver +30
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
BOILERMAKER
Base $35.34Fringe $18.48
+95 more occupation rates in this WD
Davis-Baconstate match
PA20260112 (Rev 1)
Open WD
Published Jan 30, 2026Pennsylvania • Northampton
Rate
BRICKLAYER
Base $45.45Fringe $30.16
Rate
CARPENTER
Base $45.13Fringe $29.04
Rate
ELECTRICIAN (Includes Communication Technician and Low Voltage Wiring)
Base $50.00Fringe $25.93
+5 more occupation rates in this WD
Davis-Baconstate match
PA20260028 (Rev 1)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Allegheny, Armstrong +64
Rate
Dredging: CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+4 more occupation rates in this WD

Point of Contact

Name
Telephone:
Email
AMANDA.L.BAILEY50.CIV@US.NAVY.MIL
Phone
7176053354

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

More in NAICS 332919

Description

CONTACT INFORMATION|4|N743.4|WVQ|717-605-1501 |amanda.l.bailey50.civ@us.navy.mil | ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| TIME OF DELIVERY (JUNE 1997)|20|0001|24|365|||||||||||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo-Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material|N50286|TBD|133.2|N/A|N/A|S4306A - Material|N/A|N/A|See DD1 423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|one year from date of delivery|one year from date of delivery||||| QUALIFICATION REQUIREMENTS (FEB 1995)|2|Naval Sea Systems Command|1333 Isaac Hull Ave. SE, Washington Navy Yard, DC 20376-5160 or email commandstandards@navy.mil| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| 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 CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| 1. Data Item A001 (inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mech. 2. Drawings associated with this solicitation will be made available on the SAM.gov website but will be restricted access, which needs to be approved. Once access has been requested, interested vendors should email the POC listed on the solicitation to inform them of the request. (Do not use with bar metal and weld wire) 3. NAVSUP WSS Mech will be considering past performance in the evaluation of offers. See Clause 252.213-7000. 4. The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS after receipt Final delivery of material (365 days) Please quote actual delivery days Early and incremental delivery is acceptable at no additional cost to the Government. 5. This item is on a qualified product list (QPL). Only those items which have been tested and approved in accordance with the qualification requirements of the specifications will be acceptable for consideration. This requirement will not be halted to allow approval of an unapproved source. 6. This procurement is issued pursuant to Emergency Acquisition Flexibilities. \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-281 | | |D |851023|A| 2| | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=ASTM-A494 | | | |220301|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-T-1368 | | |C |001212|A| 4| | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-24135 | | |C |200924|A| | | DOCUMENT REF DATA=MIL-DTL-24135 |0001| |B |200924|A| | | DOCUMENT REF DATA=MIL-DTL-24135 |0005| |B |200924|A| | | DOCUMENT REF DATA=MIL-DTL-24135 |0013| |A |200924|A| | | DOCUMENT REF DATA=QPL 24135 | | |QPD|201105|A| | | DOCUMENT REF DATA=MIL-C-24723 | | | |890607|A| | | DOCUMENT REF DATA=MIL-F-24787 | | | |930903|A| | | DOCUMENT REF DATA=MIL-F-24787 |0005| | |930903|A| | | DOCUMENT REF DATA=QPL 24787 | | |QPD|170824|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 Manufacture and Design - The item furnished under this contract/purchase order must meet the requirements as specified in MIL-F-24787, except as amplified or modified herein. MIL-F-24787 ordering data information is provided below. (a) Fittings, end, reusable for flexible hose assemblies; MIL-F-24787 and MIL-F-24787/ ;5; . (b) Type - ;D; (c) Group - ;I; Class - ;N/A; (d) Size - ;8; Pipe end - ;N/A; Hose end - ;8; (e) Dates and revisions of specifications and standards referenced herein must be as specified in Paragraph 2 of this Contract/Purchase Order. (f) An inspection system is required as specified elsewhere in this Contract/Purchase Order. (g) Packaging and packing requirements must be as specified elsewhere in thisContract/Purchase Order. (h) Total quantity must be as specified elsewhere in this Contract/Purchase Order. 3.2 ;Hose fittings furnished on this contract must be qualified for use with MIL-DTL-24135/1, /5, and /13 hoses.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Socket and Hose Nipple; Material - ;QQ-N-281, Class A or B, Form 1, Condition Cold Drawn or QQ-N-286, Form 1 or Form 2, Condition Cold Drawn or Hot Finished; Part - ;Socket (Body); Material - ;(Alternative Material) ASTM-A494, Grade M3OH or MIL-C-24723, Composition M3OH with applicable requirements of ASTM-A494; Part - ;90 Degree Tube Elbow; Material - ;MIL-T-1368, Class A; 3.4 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing (if any) per applicable specifications is still required, but certifications are only required as listed below. Attribute - Certificate of Compliance for seamless tubing/pipe Item - ;Each Elbow; Performance - Material supplied must be in the seamless condition. Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 Test - Non-Destructive Tests Item - ;Weld Repair (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification Test - 5x Visual Magnification or Dye Penetrant Inspection (root layer) Item - Weldments Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Test - Visual and Dye Penetrant Inspection (final layer) Item - Weldments Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Attribute - ;Age Hardening; Item - ;Socket and Hose Nipple (If Applicable)Socket and Hose Nipple (If Applicable); Performance - ;QQ-N-286; Attribute - Annealing and Age Hardening Item - ;Socket and Hose Nipple (If Applicable); Performance - QQ-N-286 3.5 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing, personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Repair welding is not permitted on ;ASTM-A494, Grade M30H; MIL-C-24723, Composition M30H; or QQ-N-286 material; . Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.6 MIL-T-1368 Exception - Table VI of AMENDMENT 3 to Revision C of MIL-T-1368 (dated 24 Dec 1980) must be used for wall thickness dimensions for Schedule 80 only. Amendment 4 contains an error in the Schedule 80 wall thickness dimensions for all sizes. 3.7 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.8 Specification Change - For QQ-N-281, Class B material: 1 - Footnote 9 to Table II of QQ-N-281 does not apply. 2 - When starting material is Round Bar greater than 3" dia, the mechanical properties of Hex Bar apply. 3.9 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.10 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.10.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.10.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.10.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.11 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.12 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.12.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.12.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.12.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.13 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.14 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.14.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.15 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.16 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.16.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.16.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.16.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE …

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.