Skip to content
Department of Defense

COUPLER,TRANSMISSIO

Solicitation: N0038325QC466
Notice ID: e9a7be59b7f14c6688612ce8d3c26310
TypeSolicitationNAICS 334220PSC5985DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedMar 12, 2026, 12:00 AM UTCDueApr 13, 2026, 08:30 PM UTCCloses in 32 days

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Apr 13, 2026. Industry: NAICS 334220 • PSC 5985.

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: N0038325QC466. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334220 (last 12 months), benchmarked to sector 33.

12-month awarded value
$25,089,865
Sector total $24,260,913,445 • Share 0.1%
Live
Median
$89,118
P10–P90
$30,073$350,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+878%($20,434,127)
Deal sizing
$89,118 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
Philadelphia, PA • 19111-5098 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
PA20260018 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
+102 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 102 more rate previews.
Davis-BaconBest fitstate match
PA20260018 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
Rate
Marble & Tile Setter
Base $31.18Fringe $18.35
+101 more occupation rates in this WD
Davis-Baconstate match
PA20260094 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Lehigh
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+39 more occupation rates in this WD
Davis-Baconstate match
PA20260119 (Rev 1)
Open WD
Published Jan 30, 2026Pennsylvania • Carbon, Lehigh
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
DANIELLE.M.JUNOD.CIV@US.NAVY.MIL
Phone
2156971138

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS PHILADELPHIA • NAVSUP WEAPON SYSTEMS SUPPORT
Contracting Office Address
Philadelphia, PA
19111-5098 USA

More in NAICS 334220

Description

CONTACT INFORMATION|4|N792.15|LRH|NA|danielle.m.junod.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|x||||||||||||x|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report Combo|Source|TBD|N00383|TBD|TBD |See schedule|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1|| CONTINUED: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION|16||||||||||||||||| SERVICES (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|3|||| 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 (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|334220|1250||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||DO-A1A| The purpose of this amendment is to extend the solicitation period to 13 APR2026. The purpose of this amendment is to extend the solicitation date to 28 JAN 2026. \ The purpose of this amendment is to exend the solicitation date to November 26, 2025. \ The purpose of this amendment is to extend the solicitation date to 25 SEP 2025. \ The purpose of this amendment is to extend the solicitation date to 25 JUL 2025. \ This solicitation will be using competitive procedures. This solicitation is for made new manufacture spare parts. This requirement will be awarded to the offeror based on the following evaluation criteria. Offers submitted will be evaluated based on the following criteria: lead time, price, past performance and capacity. Please include in your quote unit price, extended price, lead time and quote expiration date. The closing date for this solicitation is listed on page 1. The offeror shall submit one unit price per CLIN and the unit price should be firm fixed price. Tiered pricing will not be accepted or evaluated. Source Approval Statement applies to this NSN. This is a limited competition. Any vendor that is FAA certified or can provide an FAA Form 8130-3 with the end item will be able to bid on this requirement. NAVSUP WSS Requests proposals submitted in response to this solicitation remain valid for a minimum of 120 days following submission. NAVSUP WSS has been granted a class deviation (CL-00-203) that permits us to use the award forms currently available in our automated procurement system instead of the SF 1449 when conducting procurements for commercial items. This procurement is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items. Information appearing on the face of the DD Form 1155 or SF 26 that conflicts with clauses or provisions contained elsewhere in this solicitation shall be disregarded. Addendum to FAR 52.212-4 Contract Terms and Conditions Commercial Items Under paragraph(a) "Inspection and Acceptance" add the following: 1. FAR Clause 52.246-2 Inspection of Supplies-Fixed Price applies as amended herein. All product audits performed at the discretion of the DCMA QAR shall be conducted by witnessing contractor inspections or tests on a non-interference basis. 2. The contractor shall maintain a quality system that addresses the elements of ISO9001-2000/AS9100B, Quality System Model for Quality Assurance in Design/Development, Production, Installation and Servicing, and a calibration system that addresses the elements of ISO-10012-1, ANSI/NCSL Z540 or an equivalent program approved by the Navy. 3. The government reserves the right to assess the contractor's compliance to its documented quality system throughout the performance of this contract. The quality system procedures, planning, and all other documentation, media, and data which comprise the quality system shall be made available to the government for their review and use. The acceptance of non-conforming supplies is a prerogative of and shall be as prescribed by the government. The government reserves the right to disapprove the quality system or portions there of when it fails to meet its intended objectives. 4. The Contractor shall not make any configuration changes, engineering changes or part number changes to the contract/purchase order items, including, but not limited to, the item's hardware, software or firmware, unless approved by the Procurement Contracting Officer (PCO). In addition, approval by the appropriate technical authority may also be required. Guidance on how to submit a proposed engineering or part number change may be obtained from the PCO. 5. The Contractor shall not manufacture any item for acceptance by the Government that incorporates a known departure from technical or contractual requirements unless a request for a deviation has been approved. Authorized deviations are a temporary departure from the requirements only and do not authorize a change to the item's configuration baseline. Any deviation, major or minor, must be approved by the PCO prior to acceptance. \

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.