- 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
Actuator Assembly
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Apr 01, 2026. Industry: NAICS 336413 • PSC 1680.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 44 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336413
Description
This is a Sources Sought. This announcement is in support of market research to determine the feasibility of a Sealed Bid acquisition and to identify potential sources that can provide for the procurement of the Actuator Assembly, E. detailed below. The proposed contractual action will be single award, Firm-Fixed Price (FFP), five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the following:
Noun: Actuator Assembly, E.
Input/Output NSN: 1680-01-118-5607
Input P/N: SYLC50480-1
Output P/N: 145CS100-5
Estimated Quantity Range: 25 Minimum / 200 Maximum (includes / 32 FMS)
The applicable North American Industry Classification System (NAICS) Code is 336413 and the size standard is 1,250 employees.
Technical Data is currently available to support the purchase of the Actuator Assembly, E. This part is identified as a Critical Safety Item (CSI). Per AMCOM Regulation 702-7, all CSI overhaul services shall only be procured from Engineering Support Activity (ESA) approved sources. An approved source(s) has been verified by the ESA (US Army Combat Capabilities Development Command, Systems Readiness Directorate (SRD)). The two approved sources are Airtronics, LLC and The Boeing Company. DMWR has been identified for this effort.
Interested parties who have the capability to perform the above effort should respond to this notice and identify your business size and socio-economic status as applicable. All submissions must include full company name, Point of Contacts (POCs) to include name, position, office and mobile telephone numbers and email address. The solicitation will not close prior to the closing date stated on the solicitation.
This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This announcement does not constitute an IFB. A synopsis will be issued at a later date for this requirement. Requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requested. No basis for claim against the Government shall arise as a result of a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate.
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.