Skip to content
Department of Defense

Brand Name- Monaco D-21

Solicitation: W912DW-27-R-A003mon
Notice ID: e61624525a344a0ca80ec8182ce29564
TypeSpecial NoticeNAICS 237120PSCY1NADepartmentDepartment of DefenseAgencyDept Of The ArmyStateWAPostedMar 19, 2026, 12:00 AM UTCDueApr 02, 2026, 05:00 PM UTCCloses in 10 days

Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: WA. Response deadline: Apr 02, 2026. Industry: NAICS 237120 • PSC Y1NA.

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: W912DW-27-R-A003MON. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$2,119,192,232
Sector total $2,119,192,232 • Share 100.0%
Live
Median
$193,506
P10–P90
$30,228$2,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($2,119,192,232)
Deal sizing
$193,506 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 WA
Live POP
Place of performance
Fairchild Air Force Base, Washington • 99011 United States
State: WA
Contracting office
Seattle, WA • 98134-2329 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
WA20260114 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Washington • Spokane
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $75.37Fringe $18.82
Rate
TILE FINISHER
Base $27.26Fringe $11.99
+42 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 42 more rate previews.
Davis-BaconBest fitstate match
WA20260114 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Spokane
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $75.37Fringe $18.82
Rate
TILE FINISHER
Base $27.26Fringe $11.99
Rate
TILE SETTER
Base $36.35Fringe $14.57
+41 more occupation rates in this WD
Davis-Baconstate match
WA20260130 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Spokane
Rate
ELECTRICIAN
Base $49.55Fringe $19.09
Rate
Line Construction: LINE PERSON
Base $64.17Fringe $23.58
Rate
TREE TRIMMER: Ground Person
Base $22.60Fringe $16.37
+31 more occupation rates in this WD
Davis-Baconstate match
WA20260021 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Adams
Rate
BRICKLAYER
Base $33.95Fringe $19.33
Rate
TILE SETTER
Base $29.86Fringe $13.95
Rate
CARPENTER (Including Drywall Hanging and Form Work)
Base $44.21Fringe $17.28
+28 more occupation rates in this WD
Davis-Baconstate match
WA20260061 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Whitman
Rate
ELECTRICIAN
Base $49.55Fringe $19.09
Rate
Line Construction: LINEMEN
Base $60.54Fringe $23.97
Rate
POWER EQUIPMENT OPERATOR GROUP 1
Base $38.17Fringe $23.40
+20 more occupation rates in this WD

Point of Contact

Name
Linda O'Brien
Email
linda.s.obrien@usace.army.mil
Phone
2067646804
Name
Susan F. Newby
Email
Susan.F.Newby@usace.army.mil
Phone
2067646780

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION NORTHWESTERN • ENDIST SEATTLE • W071 ENDIST SEATTLE
Contracting Office Address
Seattle, WA
98134-2329 USA

More in NAICS 237120

Description

Notice of Intent for use of brand name or equal descriptions to meet requirements under section 888(a) of the National Defense Authorization Act for Fiscal Year 2017 (Pub. L. 114-328) as referenced in DFARS 206.302-1(c)(2).

SPECIAL NOTICE: The U.S. Army Corps of Engineers Seattle District (USACE) will be soliciting proposals for construction of a FY26 project titled: “Construct Hydrant Fueling Facility – Area C (DESC2506), Fairchild ANG, WA.”

As part of the construction solicitation, USACE intends to include the following brand name requirement: Monaco Fire Alarm Transceiver and Fire Panel, including the Monaco D-21 fire alarm radio receiver and the Monaco MAAP-X panel (or newest version).

Justification: This requirement is essential for Fire Alarm Panel Standardization at Fairchild Air Force Base, as mandated by the Fairchild AFB Design Guide (2022) and authorized by AFCEC/CO Memorandum dated 19 May 2023. The base's current fire alarm reporting system exclusively uses the Monaco D-21 system, which requires all new panels and devices to be of the same manufacturer to match the fire alarm master. The new facility's transceiver must be capable of transmitting a Zone Identification (ZID) to the Monaco D-21 VHF Radio Alarm System located in the base fire stations (FM frequency 138.925 MHz).

Standardization is necessary to ensure compatibility with existing equipment, software, and service contracts. Utilizing a different system would require adaptive software or additional equipment, leading to substantial duplication of costs for installation, training, and reprogramming, which are not expected to be recovered through competition.

This is not a solicitation for competitive proposals; however, if any interested party believes they can meet the requirement for a brand name or equal description for the Monaco D-21 system, they may submit a capability statement to the point of contact listed in this Special Notice.

All information furnished must be in writing and must contain sufficient detail to allow USACE to determine if the interested party can perform the requirement described herein. Compatible system(s) must comply with Provision 52.225-12, Notice of Buy American Requirement-Construction Materials Under Trade Agreements, and Clause 52.225-11, Buy American-Construction Materials under Trade Agreements.

All responsible sources may submit a capability statement, which shall be considered by the agency. The submission must be received no later than 10:00 AM PT on April 2, 2026, to linda.s.obrien@usace.army.mil

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.