Skip to content
Department of Defense

W56HZV23D0001 ATD SUPPORT RFI

Solicitation: W56HZV23D0001_ATD_SUPPORT_RFI
Notice ID: f52170af511541d49fcb5d7853243581
TypeSources SoughtDepartmentDepartment of DefenseAgencyDept Of The ArmyStateMIPostedApr 03, 2026, 12:00 AM UTCDueApr 17, 2026, 09:00 PM UTCCloses in 12 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MI. Response deadline: Apr 17, 2026.

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: W56HZV23D0001_ATD_SUPPORT_RFI. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$41,315,773,926
Sector total $41,315,773,926 • Share 100.0%
Live
Median
$417,455
P10–P90
$30,107$49,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+81%($11,850,482,151)
Deal sizing
$417,455 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 MI
Live POP
Place of performance
Warren, Michigan • United States
State: MI
Contracting office
Warren, MI • 48397-5000 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MI20260028 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Michigan • Lapeer, Livingston, Macomb +1
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.74Fringe $32.59
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
+55 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 55 more rate previews.
Davis-BaconBest fitstate match
MI20260028 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Lapeer, Livingston, Macomb +1
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.74Fringe $32.59
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
Rate
TILE SETTER
Base $40.53Fringe $23.62
+54 more occupation rates in this WD
Davis-Baconstate match
MI20260151 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Shiawassee
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
Rate
BOILERMAKER
Base $43.50Fringe $37.64
Rate
BRICKLAYER
Base $38.00Fringe $26.49
+35 more occupation rates in this WD
Davis-Baconstate match
MI20260083 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Genesee
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
Rate
BOILERMAKER
Base $43.50Fringe $36.74
Rate
BRICKLAYER
Base $38.00Fringe $26.49
+29 more occupation rates in this WD
Davis-Baconstate match
MI20260068 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Newaygo
Rate
CARPENTER, Includes Form Work
Base $31.50Fringe $21.15
Rate
POWER EQUIPMENT OPERATOR GROUP 1
Base $45.98Fringe $25.25
Rate
GROUP 2
Base $41.25Fringe $25.25
+26 more occupation rates in this WD

Point of Contact

Name
Christopher Haferman
Email
christopher.a.haferman.civ@army.mil
Phone
Not available
Name
Derek Ghilardi
Email
derek.j.ghilardi.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-DTA • W6QK ACC- DTA
Contracting Office Address
Warren, MI
48397-5000 USA

Description

Synopsis: NOTE: THIS IS A REQUEST FOR INFORMATION (RFI). The information requested in this announcement is being sought for informational planning purposes only and does not constitute a request for proposal, an announcement of a forthcoming solicitation or a commitment by the Government in any way. Also, it is not a request seeking contractors interested in being placed on a solicitation mailing list. All information is to be furnished at no cost or obligation to the Government and is subject to change at any time. Response to this request for information is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey. Data submitted in response to this market survey will not be returned. There is no solicitation available at this time.


Description:
The Ground Vehicle System Center (GVSC) | Ground Vehicle Survivability & Protection (GVSP) and Army Contracting Command (ACC) Detroit Arsenal (DTA) are seeking information to assess market availability and sourcing of Anthropomorphic Test Device (ATD) Support. The support involves maintenance, calibration, repairs, replacement parts, and certification of ATDs.

Questions:
Respondents are requested to provide the following information:
1. Company Name, mailing address, CAGE Code, website, point of contact, phone number, and email address.
2. Business size
3. Can you repair and calibrate (ISO 17025 Accredited) Hybrid-III load cells such as M/N 1794AJD14, M/N4752JD14?
4. Can you provide dummy parts (e.g. skins, femurs, tibias, lumbars) for a Hybrid-III 5th, 50th, and 95th Anthropomorphic Test Device (ATD)?
5. Dummy parts provided need to be compatible with DTS, Inc. SLICE data acquisition system equipment.
6. Can you provide software support to operate ATD calibration fixtures to certify ATDs to FMVSS specifications?

RESPONSES DUE: Responses are due no later than 5:00 PM Eastern Standard Time (EST) on 17 April 2026.

RESPONSE FORMATS: Responses must be submitted electronically by email to Christopher Haferman at christopher.a.haferman.civ@army.mil and Derek Ghilardi at derek.j.ghilardi.civ@army.mil.

Response shall be provided in Microsoft Word 2010 or later, or compatible with Adobe Acrobat PDF Reader 9.0 or earlier. Responses shall be limited to 3 pages, text in Times New Roman 12 pitch, with one-inch margins. Only one response per company will be reviewed. The subject line shall include the Company Name and “Response to Request for Information - Anthropomorphic Test Device Support.”

Responses shall include the following:
Cage Code:
Company Name:
Mailing Address:
Company Website:
Location of Facilities:
Point of Contact:
Phone Number:
Fax Number:
Email:
Company Business Size:
Active System for Acquisition Management (SAM) Information:

Contracting Office Address:
6501 EAST 11 MILE ROAD
Warren, Michigan 48397-5000
United States

Any technical questions concerning this RFI shall be directed to Chris Haferman, christopher.a.haferman.civ@army.mil. Please include name, phone number and email address for a response. Questions will be answered via email.

DISCLAIMER:

GENERAL INFORMATION: The U.S. Government appreciates the time and effort taken to respond to this survey. Please note, all questions pertaining to this survey will be answered at the discretion of the Government. Please note that any information you submit in response to this questionnaire that is protected by law will not be released. Any responses to this request for information are subject to the following:

Clearly and conspicuously mark qualifying data with the restrictive legend (all caps)

"PROPRIETARY" with any explanatory text, so that the U.S. Government is clearly notified of what data needs to be appropriately protected.

In marking such data, please take care to mark only those portions of the data or materials that are truly proprietary (over breadth in marking inappropriate data as "PROPRIETARY" may diminish or eliminate the usefulness of your response - see item 6 below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected.

The U.S. Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the U.S. Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the U.S. Government will not be protected once in the public domain. Data already in the possession of the U.S. Government will be protected in accordance with the U.S. Government's rights in the data.

Proprietary data transmitted electronically, whether by physical media or not, whether by the respondent or by the U.S. Government, shall contain the "PROPRIETARY" legend, with any explanatory text, on both the cover of the transmittal e-mail and at the beginning of the file itself. Where appropriate for only portions of an electronic file, use the restrictive legends 'PROPRIETARY PORTION BEGINS:" and "PROPRIETARY PORTION ENDS."

In any reproductions of technical data or any portions thereof subject to asserted restrictions, the U.S. Government shall also reproduce the asserted restriction legend and any explanatory text.

The U.S. Government sometimes uses support contractors in evaluating responses. Consequently, responses that contain proprietary information may receive only limited or no consideration since the Respondent's marking of data as "PROPRIETARY" will preclude disclosure of same outside the U.S. Government and therefore will preclude disclosure to these support contractors assisting the evaluation effort. The U.S. Government will use its best efforts to evaluate those responses that contain proprietary information without using support contractors consistent with the resources available.

This market survey is for informational purposes only. This is not a request for proposal, does not constitute a solicitation, and shall not be construed as a commitment by the Government. Responses in any form are not considered offers and the Government is under no obligation to award a contract as a result of this announcement. Funds are NOT available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.

Respondents WILL NOT be notified regarding information obtained related to this market survey. If a solicitation is issued, it will be posted on www.sam.gov. It is the respondent's responsibility to monitor these sites for the release of any synopsis or solicitation.

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.