- 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
5995-016173741; 23A M109 HOWITZER;M 62A MULTIPLE LAUNCH ROCKET SYSTEM; 8AA M109A7 HOWITZER; KKA CARRIER, AMMUNITION, TRACKER-M992A3; 6150-015680097; 39A PATRIOT MISSLE; 3JM TARGET ACQUISITION; 6150-016179090; 62A MULTIPLE LAUNCH ROCKET SYSTEM
Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: May 18, 2026. Industry: NAICS 334419 • 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 334419 (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 43 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 334419
Description
The unrestricted solicitation will be issued under PR number 1000202557 to establish an Indefinite Quantity Contract (IQC). NAICS 334419
NSN: 5995-016173741, CABLE ASSEMBLY,RADI, Critical
NSN: 6150-015680097, CABLE ASSEMBLY,SPEC, Critical, Higher Level
NSN: 6150-016179090, CABLE ASSEMBLY,POWER, Critical
Approved Source:
CELLTRON, INC. (62765) P/N A3308498-3 / 5995-016173741
CELLTRON, INC. (62765) P/N 13608291-1 / 6150-015680097
CELLTRON, INC. (62765) P/N C3-253 / 6150-016179090
Required delivery
NSN: 5995-016173741 - 195 days
NSN: 6150-015680097 - 292 days
NSN: 6150-016179090 – 180 days
Stock delivery locations will be to any facility in the Continental United States as cited on each delivery.
Pricing will be evaluated on the Estimated Annual Demand (EAD). The Guaranteed Minimum will be cited in the solicitation.
NSN: 5995-016173741 – 32 each
NSN: 6150-015680097 – 19 each
NSN: 6150-016179090 – 32 each
This is a 5-year base period without an option.
FOB Origin and Inspection/Acceptance Destination for DLA Direct.
NSN: 6150-015680097 FOB Origin and Inspection/Acceptance Origin for DLA Direct
Solicitation scheduled release date is tentatively 16 April 2026. Electronic (DIBBS) Proposals are to be submitted in accordance with FAR 15.208 and notify/cc the Acquisition Specialist. A copy of the solicitation will be available via the BSM Internet Bid Board System (DIBBS) Homepage. Select "Request for Proposal (RFP)" under the Solicitations heading. Then choose the RFP you wish to download. RFPs are in portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of this solicitation will not be available to requestors.
DIBBS / DLA Details
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.