RACK,ELECTRICAL EQU
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 25, 2026. Industry: NAICS 332710 • PSC 5975.
Market snapshot
Awarded-market signal for NAICS 332710 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 332710
Description
CONTACT INFORMATION|4|N741.8|AV0DD|N/A|SEANA.M.STEINER.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material |MATERIAL - INSPECT AND ACCEPT AT SOURCE.|TBD|N00104|TBD|TBD|T BD|TBD|N/A|N/A|N/A|N/A|N/A|N/A|N/A|1-866-618-5988 - WAWF Helpdesk| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|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|332710|500|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The subject amendment is hereby incorporated to. The purpose of this solicitation amendment is change closing date to 25 Feb 2026, the POC to Uyen Catherine Tran via email uyencatherine.h.tran.civ@us.navy.mil, and change the ship to W62G2T from 6 to 4. All other terms and conditions remain unchanged. \ 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. Please provide repair price as Estimated (EST) for the full repair effort ofthe requirement and specify on quote. 3. Vendor shall have 90 days after receipt of carcass(es) to complete a teardown & evaluation of the carcass(es) and submit a FFP quote for the full repair effort of the carcass(es). 4. When submitting quote, please include cost of new (actual or estimated) for evaluation purposes. 5. When submitting a quote, specify any exceptions (i.e. MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, surplus material, etc.). If no exceptions are indicated or received, award shall be based upon solicitation requirements. Changes or requests for changes after award shall be subject to consideration costs deducted from the unit price. 6. In repair price, include all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV Reporting. Also provide the following information: a. Teardown & Evaluation Rate: b. Repair Turn Around Time (RTAT): c. Throughput Constraint: d. Induction Expiration Date: 7. The Contractor must obtain final inspection and acceptance by the Governmentfor all assets within the RTAT established in the resulting contract. a. Requested RTAT: 180 Days 8. Quotes shall reference the proposed RTAT and any capacity constraints. 9. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) 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 set be 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. 10. If requirement will be packaged at a location different from the Offeror's address, the Offeror shall provide the Name, Street Address and CAGE of the Packaging Facility. 11. If the Offeror is not the Original End Manufacturer (OEM) of the material called out in the requirement, the OEM must be stated (Company Name and CAGE) and the Offeror must be able to provide traceability documentation if requested. Examples of documentation may include but are not limited to: a. Purchase order/invoice between Offeror and the OEM identifying the part number, revision level and quantities. b. OEM packing slip or certification identifying the part number, revision level and quantities. 12. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 13. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations whenthe contract to be awarded will be a rated order. 14. This order is issued under and pursuant to the provisions of the Basic Ordering Agreement (BOA) #N0002423G4303are hereby incorporated by reference and, except as provided herein by this order, remain in full force and effect. If any conflict arises in the terms of this order versus the terms in the BOA, the terms of the BOA shall apply. \
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.