Skip to content
Department of Defense

59--ELECTRONIC COMPONEN

Solicitation: N0038324RD256
Notice ID: ecbe3138c21f414cb27a444fcf7aeaf7
TypeSolicitationNAICS 334412PSC5998DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedJan 30, 2026, 12:00 AM UTCDueFeb 13, 2026, 06:00 PM UTCExpired

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 13, 2026. Industry: NAICS 334412 • PSC 5998.

Market snapshot

Awarded-market signal for NAICS 334412 (last 12 months), benchmarked to sector 33.

12-month awarded value
$6,457,897
Sector total $20,341,046,444 • Share 0.0%
Live
Median
$92,459
P10–P90
$30,084$230,306
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($6,457,897)
Deal sizing
$92,459 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

Point of Contact

Name
Telephone:
Email
SVITLANA.SHVETS.CIV@US.NAVY.MIL
Phone
2156976278

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 334412

Description

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19| || | | | | | | | | | | | || | || | HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8| | | ||||| | TIME OF DELIVERY (JUNE 1997)|20| ||| | | | | | | |||| | | | | | | | STOP-WORK ORDER (AUG 1989)|1| | WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|tbd| |tbd|tbd|tbd|tbd|tbd|tbd| | | | | | | | | NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1| | VALUE ENGINEERING (JUN 2020)|3| | | | EQUAL OPPORTUNITY (SEP 2016)|2| | | INTEGRITY OF UNIT PRICES (NOV 2021)|1| | EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2| | | TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2| | | BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11| | ||| | | | | | | | LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1| | ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13| | || | | | | ||||| | BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5| | || | | BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1| | ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|12|336413|1250| | | | | | | | | | | FACSIMILE PROPOSALS (OCT 1997)|1| | NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2|DO-A1A |DO-A1A| The Solicitation has been amended to decrease total qty to 11ea. 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 SENT BY 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. 1. SCOPE 1.1 . Markings shall be in accordance with MIL-STD-130. 1.2 PRE-AWARD / POST AWARD REQUIREMENTS: Due to the critical use of this item and its quality history, a pre-award survey and post-award conference may be required for all new manufacturers. For all previous sources, a post-award conference may be recommended. 1.3 The components being acquired under this solicitation have been classified as Flight Critical requiring engineering source approval by the Naval Air Systems Command. Only those companies who have submitted requests for source approval and been approved will be eligible for award under this solicitation. Any company not previously approved may submit a Source Approval Request to the contracting officer, Naval Inventory Control Point, (See Block 10 of the SF33 for name and code). The Source Approval Request shall contain the following documentation and shall be submitted by the closing date of this solicitation: (A) Copy of complete configuration drawings for a similar item(s) which your company has produced within the past three years, including test procedures for which your company (1) has been qualified to manufacture and (2) which is similar, i.e., requires the same materials, manufacturing processes, inspections, tolerances and similar application as the item(s) for which you are seeking approval. (B) Copy of the complete process/operation sheets used to manufacuture the similar item, including but not limited to, detailed shop sketches. These plans must note those operations and processes performed by subcontractors/ vendors. (C) Complete copies of purchase orders, shipping documents, etc. that document delivery of production quantities of the part to the Original Equipment Manufacturer or Military service. Provide the most recent copies of the documents. (D) A detailed comparative analysis of the differences/similarities between the similar part and the part(s) for which you are seeking approval. This analysis should include materials, configuration, tolerances, process requirements, dimensions, castings, forgings, etc. (E) Copy of inspection method sheets used in the manufacturing and at final inspection. These sheets should include actual tolerance, print requirements, inspection devices, sources performing the operation and level of inspection. Critical characteristics should be discernible from all other characteristics. The above requirements are a subset of requirements specified in the ASO Source Approval Information Brochure dated January 1995. The submission of this data subset is contingent upon and in consideration of the submitting contractor meeting all other requirements specified in this solicitation to include a bilateral agreement with MDA which includes availability of complete data, MRB disposition, etc. Any company not having such agreement, but desiring to seek engineering source approval, will be required to submit data meeting all requirements of the ASO/NAVICP Source Approval Brochure. 1.4 Sampling rates (AQLs) indicated below shall be used in accordance with ANSI Z1.4 for Single Sampling and a General Inspection Level of II. 1.5 In addition to the 100% PCO Mandatory, critical and major characteristics, attributes for plating, hardness and non-destructive testing will be inspected one hundred percent. 1.6 Contractor shall develop a system for identification of individual piece parts for traceability purposes. Markings shall not be permanent. 1.7 An AQL of 1.5 will be used for Class 3 threads and dimensions, and geometric feature controls with a tolerance range of .010 or less. 1.8 For minor characteristics, a sampling rate determined by the contractor and subject to QAR approval will be used. 1.9 The material covered in this contract/purchase order will be used in a crucial shipboard system enabling the launch and/or recovery of aircraft. The use of incorrect or defective material would create a high probability of failure resulting in a serious personnel injury, loss of life, loss of vital shipboard systems or loss of aircraft. Therefore,the material has been designated as Critical material and special control procedures are invoked to ensure receipt of correct material. 1.10 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;3113AS1680-1; drawing number ( ;NAWC LAKEHURST; ) ;80020; , Revision ;T; and all details and specifications referenced therein. 1.11 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.12 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C. 2. APPLICABLE DOCUMENTS DRAWING DATA=200AS202 |30003| F| |D| | | | DRAWING DATA=201AS113 |80020| A| |A| | | | DRAWING DATA=3113AS1602 |30003| E| |C| | | | DRAWING DATA=3113AS1603 |30003| F| |C| | | | DRAWING DATA=3113AS1604 |30003| D| |C| | | | DRAWING DATA=3113AS1605 |30003| B| |C| | | | DRAWING DATA=3113AS1606 |30003| D| |C| | | | DRAWING DATA=3113AS1607 |30003| C| |C| | | | DRAWING DATA=3113AS1608 |30003| B| |C| | | | DRAWING DATA=3113AS1609 |30003| C| |C| | | | DRAWING DATA=3113AS1610 |30003| D| |C| | | | DRAWING DATA=3113AS1611 |30003| C| |C| | | | DRAWING DATA=3113AS1612 |30003| D| |C| | | | DRAWING DATA=3113AS1613 |30003| C| |C| | | | DRAWING DATA=3113AS1614 |30003| C| |C| | | | DRAWING DATA=3113AS1615 |30003| F| |C| | | | DRAWING DATA=3113AS1616 |30003| B| |C| | | | DRAWING DATA=3113AS1617 |30003| E| |C| | | | DRAWING DATA=3113AS1618 |30003| E| |C| | | | DRAWING DATA=3113AS1619 |30003| F| |C| | | | DRAWING DATA=3113AS1620 |30003| D| |C| | | | DRAWING DATA=3113AS1621 |30003| E| |C| | | | DRAWING DATA=3113AS1622 |30003| C| |C| | | | DRAWING DATA=3113AS1623 |30003| B| |C| | | | DRAWING DATA=3113AS1624 |30003| C| |C| | | | DRAWING DATA=3113AS1625 |30003| E| |C| | | | DRAWING DATA=3113AS1626 |30003| J| |C| | | | DRAWING DATA=3113AS1627 |30003| F| |C| | | | DRAWING DATA=3113AS1628 |30003| E| |C| | | | DRAWING DATA=3113AS1629 |30003| F| |C| | | | DRAWING DATA=3113AS1630 |30003| C| |C| | | | DRAWING DATA=3113AS1631 |30003| B| |C| | | | DRAWING DATA=3113AS1632 |30003| C| |C| | | | DRAWING DATA=3113AS1633 |30003| E| |C| | | | DRAWING DATA=3113AS1634 |30003| B| |C| | | | DRAWING DATA=3113AS1635 |30003| D| |C| | | | DRAWING DATA=3113AS1636 |30003| E| |C| | | | DRAWING DATA=3113AS1637 |30003| K| |C| | | | DRAWING DATA=3113AS1638 |30003| E| |C| | | | DRAWING DATA=3113AS1639 |30003| C| |C| | | | DRAWING DATA=3113AS1640 |30003| D| |C| | | | DRAWING DATA=3113AS1641 |30003| D| |C| | | | DRAWING DATA=3113AS1642 |30003| D| |C| | | | DRAWING DATA=3113AS1643 |30003| E| |C| | | | DRAWING DATA=3113AS1646 |30003| D| |C| | | | DRAWING DATA=3113AS1647 |30003| C| |C| | | | DRAWING DATA=3113AS1649 |30003| C| |C| | | | DRAWING DATA=3113AS1654 |30003| D| |C| | | | DRAWING DATA=3113AS1655 |30003| D| |C| | | | DRAWING DATA=3113AS1670 |30003| R| |C| | | | DRAWING DATA=3113AS1671 |30003| J| |C| | | | DRAWING DATA=3113AS1699 |30003| C| |C| | | | DRAWING DATA=3113AS3121 |30003| B| |A| | | | DRAWING DATA=3113AS3603 |30003| C| |A| | | | DRAWING DATA=3113AS3604 |30003| B| |C| | | | DRAWING DATA=3113AS3608 |30003| C| |A| | | | DRAWING DATA=3113AS3609 |30003| B| |A| | | | DRAWING DATA=3113AS3610 |30003| C| |A| | | | DRAWING DATA=3113AS3612 |30003| B| |A| | | | DRAWING DATA=3113AS3613 |30003| B| |A| | | | DRAWING DATA=3113AS3614 |30003| E| |A| | | | DRAWING DATA=3113AS3615 |30003| D| |A| | | | DRAWING DATA=3113AS3616 |30003| D| |A| | | | DRAWING DATA=3113AS3617 |30003| D| |A| | | | DRAWING DATA=3113AS3618 |30003| D| |A| | | | DRAWING DATA=3113AS3619 |30003| C| |A| | | | DRAWING DATA=3113AS3621 |30003| D| |A| | | | DRAWING DATA=3113AS419 |30003| D| |A| | | | DRAWING DATA=3113AS439 |30003| B| |A| | | | DRAWING DATA=3113AS440 |30003| C| |C| | | | 3. REQUIREMENTS - NOT APPLICABLE 4. QUALITY ASSURANCE 4.1 Review documentation as provided under DD 1423 requirements. 4.2 CRITICAL MANUFACTURING PROCESSES ( ;N/A; ) HEAT TREAT ( ;N/A ; ) WELDING ( ;N/A ; ) CADMIUM PLATING ( ;N/A; ) ENGINEERING CHROME PLATING ( ;N/A; ) NICKEL CHROME PLATING ( ;N/A; ) CASTING(S) ( ;N/A; ) FORGING(S) ( ;N/A; ) MPR (MATERIAL PROCESSING REQUIREMENTS) 4.3 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (PCO) mandatory inspection is required and shall be accomplished at source under the surveillance and final approval of the cognizant DCMAO Quality Assurance Representative (QAR). During production, mandatory inspection is required to be accomplished by the contractor as follows: A. Level of Inspection (LOI). 1. Critical characteristics: 100% inspection shall apply. 2. Major and Minor characteristics: LOI shall be in accordance with a sampling plan acceptable to the QAR. B. Critical characteristics: ;100% PCO MANDATORY INSPECTION: REQUIREMENTS IN THE DRAWINGS, DRAWING NOTES AND DRAWING NOTES AND IN PROCESS AND FABRICATION SPECIFICATION. RESULTS SHALL CONSIST OF ACTUAL DIMENSIONS, MEASUREMENTS, AND TEST OUTCOMES AND SHALL BE ON FILE FOR A MINIMUM OF SEVEN YEARS AFTER DELIVERY OF CONTRACT.; C. Major and Minor characteristics 1. Shall be defined by the contractor subject to QAR concurrence, unless defined on applicable drawings and associated specifications. 4.4 SPECIAL INSPECTION REQUIREMENTS ( ;N/A; ) MAGNETIC PARTICLE INSPECTION ( ;APPLIES; ) SURFACE INSPECTION ( ;N/A; ) PENETRANT INSPECTION ( ;N/A; ) RADIOGRAPHIC INSPECTION ( ;N/A; ) ULTRSONIC INSPECTION ( ;N/A; ) HIGH SHOCK TEST ( ;N/A; ) MECHANICAL VIBRATION TEST 4.5 FINAL INSPECTION REQUIREMENT:Due to the critical nature of this item, representatives of the buying office/and the cognizant field activity, NAWC Lakehurst, shall be notified by the successful contractor at least 14 days prior to presentation to the DCM QAR of the items for final inspection so that they may have the option of witnessing the final inspection. The contractor shall notify by email or TELEFAX PCO and NAWC Lakehurst QA ;ROY JANNEY NAWC QA REP AT FAX (732) 323-1381; to arrange for the final inspection.The authority of the QAR shall not be abrogated. If the notification is not given to both sites then the QAR shall not accept the units. 4.6 The test to be performed under the First Article approval clause (FAR 52.209-3) of the contract are listed below 4.6.1 Dimensional test (special) ;CLOSE MACHINE TOLERANCES; 4.6.2 Requirements of: ;LKE DRAWING PACKAGE; 4.6.3 Form ;APPLIES; 4.6.4 Fit ;N/A; 4.6.5 Function ;N/A; 4.6.6 Compliance with drawing ( ;30003; ) ;3113AS1680; , Revision ;T; and specifications referenced therein. 4.7 In addition to the above tests, the First Article(s) to be inspected hereunder shall also be subjected to those tests which will demonstrate that the article(s) comply with the contract requirements 4.8 The contractor shall be responsible for providing the necessary parts and repair of the First Article Sample(s) during inspection 4.9 The contractor shall notify the PCO, ACO, and QAR fourteen (14) days prior to conducting the First Article test so that the Government may witness such testing. 4.9.1 The QAR shall be present to witness all First Article Testing. 4.9.2 The following additional personnel shall witness the First Article Testing: ;ROY JANNEY NAWC QA REP AT FAX (732) 323-1381; 4.10 Disposition of FAT samples 4.10.1 ;N/A; Sample(s) may be destroyed during testing. 4.10.2 ;APPLIES; Unless otherwise provided for in the contract, sample(s) shall remain at the contractor and may be considered as production items under the contract provided the sample(s) can be refurbished to ready for issue condition and provided the sample(s) have inspection approval of the cognizant DCMC QAR. Sample(s) may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment. 4.11 Test Sample Coating Instructions 4.11.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative if required. 4.12 Notice to Government of Testing at the contractors facility. 4.12.1 FAR 52.209-3 applies (A) The contractor shall present ;ONE; ; unit(s) of the following CAGE( ;30003; ; ), Part Number ;3113AS1680-1; ; , Revision ;T; ; as specified in this contract. At least fourteen (14) calendar days before the beginning of the First Article testing, the contractor shall notify the contracting officer, in writing, of the time and location of the testing so that the Government may witness the tests. (B) The contractor shall submit the First Article Test Report within 15 calendar days from the date of testing to: ;PCO; ; The contractor shall mark the report "First Article Test Report" and cite the contract number and lot/item number. Review documentation as provided under the DD1423 requirements. (C) Within 45 calendar days after the Government inspects the First Article, the contracting officer shall notify the contractor, in writing, of the approval, conditional approval, or disapproval of the First Article. The notice of approval, conditional approval, or disapproval shall not relieve the contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the contractor. A notice of disapproval shall cite reasons for disapproval. (D) If the First Article is disapproved, the contractor, upon Government request shall repeat any or all First Article Tests. After each request for additional tests, the contractor shall make any necessary changes, modifications, or repairs to the First Article or select another First Article for testing. All costs related to these tests are to be borne by the contractor, including any and all costs for additional tests following a disapproval. The contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified in paragraph B above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (E) If the contr…

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.