Skip to content
Department of Defense

59--AMPLIFIER ASSEMBLY, IN REPAIR/MODIFICATION OF

Solicitation: N0010426QNA87
Notice ID: f96742bc692d4febaecca64de0c41d91

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 12, 2026. Industry: PSC 5996.

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: N0010426QNA87. 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
$5,847,496,062,707
Sector total $5,847,496,062,707 • Share 100.0%
Live
Median
$799,696
P10–P90
$38,440$45,000,000,000
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)
+1285680%($5,846,561,545,589)
Deal sizing
$799,696 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
Mechanicsburg, PA • 17050-0788 USA

Applicable Wage Determinations

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

WD Directory →
Published Jan 30, 2026
Pennsylvania • Washington
Match signal: state match
Published Jan 30, 2026
Pennsylvania • Bucks, Chester, Delaware +2
Match signal: state match
Published Jan 30, 2026
Pennsylvania • Franklin
Match signal: state match
Published Jan 30, 2026
Pennsylvania • Allegheny
Match signal: state match

Point of Contact

Name
HEATHER R. JONES, N744.24, PHONE , FAX 717 605-4236, EMAIL HEATHER.R.JONES52.CIV@US.NAVY.MIL
Email
HEATHER.R.JONES52.CIV@US.NAVY.MIL
Phone
717)605-4866

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS MECHANICSBURG • NAVSUP WEAPON SYSTEMS SUPPORT MECH
Contracting Office Address
Mechanicsburg, PA
17050-0788 USA

Description

NSN 7H-5996-011552326, TDP VER 002, QTY 6 EA, DELIVER TO W25G1U, W1A8 DLA DISTRIBUTION, NEW CUMBERLAND, PA 17070-5002, INDUCTION NIIN IS 7H, 5996, 011552326, AMPLIFIER ASSEMBLY, AM-2318A/WIC, DELIVER TO W62G2T, W1A8 DLA DIST SAN JOAQUIN, TRACY, CA 95304-5000, INDUCTION NIIN IS 7H, 5996, 011552326, AMPLIFIER ASSEMBLY, AM-2318A/WIC. The Government does not own the data or the rights to the data needed to purchase / contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in the solicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

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.

Updated: Jan 08, 2026
Executive summary

This opportunity involves the repair and modification of amplifier assemblies referenced under the presolicitation notice from the Dept of the Navy. It highlights potential avenues for bidding tailored to small business entities due to the SBA set-aside classification.

What the buyer is trying to do

The agency seeks qualified vendors to repair and modify amplifier assemblies, ensuring operational effectiveness and compliance with military standards.

Work breakdown
  • Review existing amplifier assembly specifications
  • Assess repair/modification requirements
  • Develop a project timeline
  • Estimate costs and prepare a budget
  • Compile a proposal package compliant with the solicitation
  • Submit proposal by the deadline
Response package checklist
  • Completed proposal response form
  • Detailed technical approach and capabilities
  • Past performance documentation
  • Cost proposal
  • Compliance with SBA requirements
  • Any requested certifications
Suggested keywords
amplifier assemblyrepair and modificationDept of NavySBA set-asideelectronic repairsdefense contracting
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Detailed technical requirements for repair
  • Specific performance metrics expected by the government
  • Availability of previous contract winner performance data
  • List of mandatory certifications required
  • Clarification on potential contract modifications
  • Information on site visits or pre-bid meetings
  • Government budget estimates for repair costs
  • Scope limitations or exclusions

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.