Skip to content
Department of Defense

Cold Spray Corrosion Repair System

Solicitation: W911N226QTH02
Notice ID: ecaf07c9c55146d0b37f795c8f5621eb
TypeSources SoughtNAICS 333248PSC3426DepartmentDepartment of DefenseAgencyDept Of The ArmyStatePAPostedFeb 05, 2026, 12:00 AM UTCDueFeb 20, 2026, 05:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 20, 2026. Industry: NAICS 333248 • PSC 3426.

Market snapshot

Awarded-market signal for NAICS 333248 (last 12 months), benchmarked to sector 33.

12-month awarded value
$241,404
Sector total $20,341,046,444 • Share 0.0%
Live
Median
$80,370
P10–P90
$39,624$101,192
Volatility
Volatile77%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($241,404)
Deal sizing
$80,370 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
Chambersburg, Pennsylvania • 17201 United States
State: PA
Contracting office
Chambersburg, PA • 17201-4150 USA

Point of Contact

Name
Thomas C. Hall
Email
thomas.c.hall111.civ@army.mil
Phone
7172675583
Name
Bobie J. Burkett
Email
bobie.j.burkett.civ@army.mil
Phone
7172675283

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC RSA • W6QK LAD CONTR OFF
Contracting Office Address
Chambersburg, PA
17201-4150 USA

More in NAICS 333248

Description

SOURCES SOUGHT/REQUEST FOR INFORMATION FOR

A Cold Spray Corrosion Repair system at Letterkenny Army Depot (LEAD)

The Government intends to award a commercial, Firm Fixed Price, competitive, supply contract no later than 30 April 2026 and will use the results of this request to develop its acquisition strategy. All information submitted will be held in a confidential status.

The Army Contracting Command, Redstone Arsenal – Letterkenny Munitions Center (ACC-RSA-LEMC) is issuing this Request for Information (RFI) and Source Sought announcement to gain information from industry and seek sources capable of and interested in the supply of a cold spray corrosion system in accordance with the purchase description. The purpose of providing this information is to conduct Market Research and identify interested sources capable of procuring a firm fixed price cold spray corrosion system. A draft copy of the Purchase Description (PD) is attached.

Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov.

Eligibility

At this point, the Government requests the response from all interested capable businesses and the applicable NAICS for this requirement is 333248 – All Other Industrial Machinery Manufacturing, with a small business size standard of 750 Employees. At this time, the Government has made no decisions about whether a full and open competition will occur. Upon receipt of all responses to this notice, the Government will determine its path forward.

Capabilities Statement and additional Information and Submission Details

REQUESTED INFORMATION:

Please provide a Capabilities Statement, which must address the following items:

1. Do you have experience supplying cold spray units? Describe the type of work your
company performed in the past in support of the same or similar requirements? Describe your ability to meet the requirements in the Draft PD.

2. How long would you need to accomplish this requirement?

3. Please identify other Government Agencies for whom you have performed similar work in the past. What contract vehicle(s) were utilized for those contracts? Please provide contract numbers and Government POCs.

4. What obstacles or hindrances did you encounter while performing similar work on past contracts? List any lessons learned or best business practices found.

5. Does your company currently possess the capabilities to perform all the tasks for the required work internally? If not, what areas may require accomplishment with teaming arrangements and subcontracting?

6. Please provide any general questions or clarifications regarding this requirement.

7. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the requirement.

8. If applicable, indicate whether you qualify as a Small, Small Disadvantaged, 8(a) Small Business, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern and provide your documentary proof from the Small Business Administration.

9. Please supply your SAM reps and certs as well as your SBA Profile.

Please offer recommendations to improve the technical specifications and draft PD. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. The Government appreciates your answers and feedback and welcomes any questions you have.

If your firm is capable of requirements described in this RFI, please provide a Capability Statement to Mr. Thomas C. Hall at Thomas.c.hall111.civ@army.mil, 20 February 2026, 12:00 P.M. Eastern Time.

Point of Contact:
Thomas C. Hall (Mr.)
Contracting Officer
PAE Fires
Army Contracting Command - Redstone Arsenal
CCAM-MSD-D 
1 Overcash Avenue, Bldg. 10
Chambersburg, PA 17201-4150
 

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.