Skip to content
Department of Defense

Sources Sought, Dispenser, Marker Pole, NSN: 2590-99-229-4829

Solicitation: EH6C0251EH
Notice ID: e07c03b76d314fcebbf317519abc2012
TypeSources SoughtNAICS 811310PSC2590DepartmentDepartment of DefenseAgencyDept Of The ArmyStateMIPostedMar 13, 2026, 12:00 AM UTCDueMar 23, 2026, 09:00 PM UTCCloses in 11 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MI. Response deadline: Mar 23, 2026. Industry: NAICS 811310 • PSC 2590.

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: EH6C0251EH. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.

12-month awarded value
$105,874,802
Sector total $326,253,129 • Share 32.5%
Live
Median
$150,431
P10–P90
$36,142$1,352,940
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
32.5%
share
Momentum (last 3 vs prior 3 buckets)
+6575%($102,749,169)
Deal sizing
$150,431 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 MI
Live POP
Place of performance
Not listed
State: MI
Contracting office
Warren, MI • 48397-5000 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MI20260089 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Michigan • Lapeer
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
Rate
BOILERMAKER
Base $43.50Fringe $36.74
+41 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 41 more rate previews.
Davis-BaconBest fitstate match
MI20260089 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Lapeer
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
Rate
BOILERMAKER
Base $43.50Fringe $36.74
Rate
BRICKLAYER
Base $38.00Fringe $26.49
+40 more occupation rates in this WD
Davis-Baconstate match
MI20260151 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Shiawassee
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
Rate
BOILERMAKER
Base $43.50Fringe $37.64
Rate
BRICKLAYER
Base $38.00Fringe $26.49
+35 more occupation rates in this WD
Davis-Baconstate match
MI20260083 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Genesee
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
Rate
BOILERMAKER
Base $43.50Fringe $36.74
Rate
BRICKLAYER
Base $38.00Fringe $26.49
+29 more occupation rates in this WD
Davis-Baconstate match
MI20260063 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Lapeer
Rate
BOILERMAKER
Base $43.50Fringe $36.74
Rate
CARPENTER, Includes Form Work
Base $36.46Fringe $23.69
Rate
PILEDRIVERMAN
Base $24.32Fringe $18.65
+28 more occupation rates in this WD

Point of Contact

Name
Kaitlyn Fruhner
Email
kaitlyn.n.fruhner.civ@army.mil
Phone
5715884382

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-DTA • W6QK ACC- DTA
Contracting Office Address
Warren, MI
48397-5000 USA

More in NAICS 811310

Description

     This is a SOURCES SOUGHT NOTICE/MARKET RESEARCH SURVEY to request information for Government planning purposes only. The Army Contracting Command – Detroit Arsenal (ACC-DTA) is seeking to gain knowledge of interest, capabilities and qualifications of various members of the community, to include both small and large businesses, for production of the item identified below. Responses to this Sources Sought Notice/Market Research Survey will assist ACC-DTA in planning its acquisition strategy for a potential future acquisition.

NOUN: Dispenser, Marker Pole

NSN: 2590-99-229-4829

PART NO.: PE22796

ESTIMATED QUANTITY 33 EA

END ITEM: Assault Breacher Vehicle (ABV)

TECHNICAL DATA PACKAGE: There is No Technical Data Package (TDP) associated with this procurement.

FIRST ARTICLE TESTING: N/A

NOTE: All survey input is voluntary, and no compensation will be made for your firm’s participation. Since this is a Sources Sought Notice, and not a solicitation for receipt of proposals or quotations, the Government does not encourage questions concerning this market research. Furthermore, the Government is not obligated to issue a solicitation or award a contract as a result of this announcement.

INSTRUCTIONS FOR COMPLETING THE SURVEY

  1. You may respond in total, or in part, to this survey. However, all responses must be received no later than 23 March 2026.
  2. All completed surveys shall be sent via e-mail to:

Kaitlyn Fruhner

Contract Specialist, ACC-DTA

E-mail: kaitlyn.n.fruhner.civ@army.mil

Subject Line: Sources Sought

  1. Relevant sales media and product manuals may be included as attachments with your submission. Please clearly mark all proprietary information. The front page of your response package should state "PROPIETARY INFORMATION CONTAINED WITHIN" (all caps), if applicable. Also, please provide a release statement indicating that the proprietary information may be distributed to Army personnel involved with this survey.

CONFIDENTIAL INFORMATION & LABELING

     The Government acknowledges its obligations under 18 USC §1905 to protect information qualifying as confidential. Pursuant to this statute, the Government is willing to accept any trade secret or confidential restrictions placed on qualifying data forwarded in response to the survey questions, and to protect it from unauthorized disclosure subject to the following:

  1. Clearly and conspicuously mark qualifying data as trade secret or confidential with the restrictive legend “CONFIDENTIAL” (all caps), including any explanatory text, so that the Government is clearly notified of what data needs to be protected.
  2. In marking such data, please take care to mark only those portions of the data or materials that are truly trade secret or confidential (overbreadth in marking inappropriate data as “CONFIDENTIAL” may diminish or eliminate the usefulness of your response). Use circling, underscoring, highlighting, or any other appropriate means to indicate those portions of a single page that need to be protected.
  3. The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the Government’s possession will be protected in accordance with the Government’s data rights.
  4. Confidential data transmitted electronically, whether by physical media or not, whether by the respondent or by the Government, shall contain any restrictive legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate for portions only of an electronic file, use the restrictive legends “CONFIDENTIAL DATA BEGINS:” and “CONFIDENTIAL PORTION ENDS”.
  5. In any reproductions of technical data or any portions thereof subject to asserted restrictions, the Government shall also reproduce the asserted restriction legend and any explanatory text.
  6. The Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain confidential information may receive only limited or no consideration since the respondent’s marking of data as “CONFIDENTIAL” will preclude disclosure of same outside the Government and therefore will preclude disclosure to support contractors assisting with the evaluation effort.

QUESTIONNAIRE / SURVEY

  1. Vendor Profile. Please complete the yellow-highlighted fields below:

COMPANY NAME:

MAILING ADDRESS:

CAGE CODE:

POC NAME / TITLE:

PHONE NUMBER:

E-MAIL ADDRESS:

WEBSITE:

  1. Business type for NAICS 336992 (Please check all that apply.)

8(a)

Small Disadvantaged

HUBZone

Women-owned

Large Business

None of the Above. Please

Explain: ________________

_______________________

Service-disabled Veteran-owned

Small Business

            *If claiming small business status, the information must be verifiable in SAM.gov

  1. Please indicate if the NAICS code selected is appropriate, if not, please explain why.
  2. Nonmanufacturer Rule. To qualify as a small business concern for set-aside or sole source supply contracts, a small business must meet at least one of the qualifications listed below. Please indicate which qualification, if any, applies to your firm:

Manufacture the product itself; or

Supply a product manufactured by another small business if it is a nonmanufacturer; or

Supply the product of any sized manufacturer if the Small Business Administration has granted a waiver to the nonmanufacturer rule.

  1. A current DD 2345, Military Critical Technical Data Agreement, must be on file with the Defense Logistics Information Service (DLIS) to access and view the TDP associated with this procurement. Does your firm have a current DD 2345 on file with DLIS?

Yes:

No:

Approval Pending. Application submitted on: [MM/DD/YYYY]

  1. Requirement-specific Information. Please complete the questions below:

NOUN: Dispenser, Marker Pole

NSN: 2590-99-229-4829

PART NO.: PE22796

  1. Has your firm manufactured this item for a U.S. Government agency in the past? If so, please list the contract number(s) and agency(s).
  2. Is your firm currently capable of manufacturing this item?  Statements of your firm’s expertise should include reference to relevant contracts performed (including a description of the scope, quantity manufactured and point of contact with phone number).
  3. If your firm was awarded a contract for this item, where would production take place?
  4. Does your firm have experience with first article testing (FAT)? If so, please provide a brief summary of the experience.
  5. What is your firm’s production lead time for this item after receipt of award? (Please respond in number of calendar days.)
  6. What is your firm’s minimum, normal and maximum sustainable monthly production rates for this item?
  7. What is your firm’s current price per unit for this item?
  8. Please identify your firm’s current quality management system. Also, is your firm independently certified in that system?
  9. Please provide a summary of the item’s commercial availability.
  10. Has your firm ever completed the repair of this item?
  11. Is there any other pertinent information that your firm would like to disclose? If so, please list below and/or include as a Microsoft Word (.doc or .docx) or Adobe Acrobat (.pdf) attachment with your submission.

Files

Files size/type shown when available.

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.