Skip to content
Department of Defense

820 RHS Dowel Drill Machine

Solicitation: F3GHBA6075A001
Notice ID: e167e04d4f554b23af0e2468c21992ac

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: NV. Response deadline: Apr 10, 2026. Industry: NAICS 333120 • PSC 3805.

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: F3GHBA6075A001. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 333120 (last 12 months), benchmarked to sector 33.

12-month awarded value
$208,319,487
Sector total $52,180,821,306 • Share 0.4%
Live
Median
$287,850
P10–P90
$126,930$448,770
Volatility
Volatile112%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
-99%(-$203,068,681)
Deal sizing
$287,850 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 NV
Live POP
Place of performance
Nellis AFB, Nevada • 89191 United States
State: NV
Contracting office
Nellis Afb, NV • 89191-7063 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
NV20260038 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Nevada • Clark
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $62.00Fringe $23.48
Rate
BRICKLAYER
Base $53.57Fringe $20.05
+53 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 53 more rate previews.
Davis-BaconBest fitstate match
NV20260038 (Rev 1)
Open WD
Published Jan 30, 2026Nevada • Clark
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $62.00Fringe $23.48
Rate
BRICKLAYER
Base $53.57Fringe $20.05
Rate
TILE FINISHER
Base $37.35Fringe $14.22
+52 more occupation rates in this WD
Davis-Baconstate match
NV20260017 (Rev 1)
Open WD
Published Jan 30, 2026Nevada • Humboldt
Rate
CARPENTER (Including Form Work)
Base $57.69Fringe $21.53
Rate
LINE CONSTRUCTION (Groundman)
Base $38.74Fringe $19.36
Rate
LINE CONSTRUCTION (Lineman) Lineman
Base $70.16Fringe $24.71
+30 more occupation rates in this WD
Davis-Baconstate match
NV20260049 (Rev 1)
Open WD
Published Jan 30, 2026Nevada • Lander
Rate
OPERATOR: Asphalt/Concrete Laydown
Base $60.39Fringe $30.38
Rate
OPERATOR: Bulldozer
Base $60.39Fringe $30.38
Rate
OPERATOR: Grader/Blade
Base $50.47Fringe $30.38
+23 more occupation rates in this WD
Davis-Baconstate match
NV20260052 (Rev 1)
Open WD
Published Jan 30, 2026Nevada • Nye
Rate
OPERATOR: Asphalt/Concrete Laydown
Base $60.39Fringe $30.38
Rate
OPERATOR: Bulldozer
Base $60.39Fringe $30.38
Rate
OPERATOR: Grader/Blade
Base $50.47Fringe $30.38
+23 more occupation rates in this WD

Point of Contact

Name
SrA Sedrina Welches
Email
sedrina.welches@us.af.mil
Phone
7026528669
Name
Amal Djezzar
Email
amal.djezzar.dz@us.af.mil
Phone
7026525354

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
FA4861 99 CONS LGC
Contracting Office Address
Nellis Afb, NV
89191-7063 USA

More in NAICS 333120

Description

This is a combined Brand Name or Equal synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

1.  The solicitation number is F3GHBA6075A001. This solicitation is a request for quotation (RFQ).

2.  The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-01, dated 3 March 2026.

3.  This RFQ is to be solicited as a Total Small Business Set.  The associated North American Industry Classification System (NAICS) code 333120 with a small business size standard of 1,250 employees.

4.  The anticipated contract type will be a Firm Fixed Price (FFP).  The contract line-item number (CLIN) structure is as follows:

CLIN 0001 – Three-Gang Pneumatic Slab Rider Dowel Pin Drill [Qty.: 2]

5.  Description of requirement for the items to be acquired:

***Reference Attachment 1 for specifications, descriptions, and additional information.

a.  Delivery Date:  8-10 Weeks ARO

b.  Place of Delivery:  Nellis AFB, NV

c.  Inspection and Acceptance:  Destination

FAR 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services. (Sep 2023)

REQUIREMENTS.  In accordance with FAR 52.204-7 and Defense FAR Supplement (DFARS) 252.207-7004 Alt A, prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award.  Lack of SAM registration shall be a determining factor for contract award.  Prospective vendors should visit the SAM website at http://www.sam.gov.com to register.  All quotes shall include the following minimum information:  Product Specifications, CAGE code, SAM Unique Entity ID, Payment Terms, Discount Terms, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule.  It is the responsibility of the offeror to contact the government to confirm receipt of the quote prior to the offer due date and time.

QUOTE DUE DATE. Quotes are due on 10:00 AM, Pacific Time on Friday, 10 April 2026. Only electronic offers submitted via email will be considered for this requirement. Submit offers to SrA Sedrina Welches at sedrina.welches@us.af.mil

(End of Provision)

FAR 52.212-2 Evaluation - Commercial Products and Commercial Services (Nov 2021)

(a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is the lowest-priced, technically acceptable (LPTA).  This is an “all or none” requirement and will be awarded on one contract.  Multiple contracts will not be issued.  Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated.

Technical Acceptable/Unacceptable Ratings---

Acceptable:  Offeror has followed instructions in 52.212-1.  Offeror’s quote clearly meets the requirement as stated in the solicitation and all attachments.

Unacceptable:  Offeror has not followed instructions in 52.212-1.  Offeror’s quote does not meet the requirement as stated in the solicitation and all attachments.

(End of Provision)

FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://www.acquisition.gov/

(End of clause)

PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE

FAR 52.204-7 System for Award Management (Oct 2018)

FAR 52.204-13 System for Award Management Maintenance (Oct 2018)

FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders—Representation and Disclosures (Dec 2023)

FAR 52.212-3 - Offeror Representations and Certifications—Commercial Products and Commercial Services (May 2024)

FAR 52.212-4 - Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023)

FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (May 2024)

FAR 52.219-1 - Small Business Program Representations (Feb 2024)

FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 2016)

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022)

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022)

DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023)

DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (May 2021)

DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023)

DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System (Mar 2023)

DFARS 252.211-7003 Item Unique Identification and Valuation (Jan 2023)

DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023)

DFARS 252.225-7001 Buy American and Balance of Payments Program (Feb 2024)

DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Mar 2022)

DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022)

DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023)

DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation (Jun 2023)

DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jun 2023)

DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)

DFARS 252.232-7006 - Wide Area WorkFlow Payment Instructions (Jan 2023)

DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)

DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services (Nov 2023)

DFARS 252.247-7023 Transportation of Supplies by Sea (Jan 2023)

DAFFARS 5352.201-9101 - Ombudsman (Jul 2023)

DAFFARS 5352.242-9000 - Contractor Access to Air Force Installations (Jul 2023)

List of Attachments

Attachment 1 – Salient Characteristics

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.