- 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
SPE7MX26R0045 | PROJECT CM26036006
Federal opportunity from DIBBS • DEPT OF DEFENSE.DEFENSE LOGISTICS AGENCY.DLA MARITIME.DLA MARITIME COLUMBUS.DLA LAND AND MARITIME. Place of performance: {}. Response deadline: May 19, 2026. Industry: NAICS 333415.
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 333415 (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.
Point of Contact
Agency & Office
More in NAICS 333415
Description
DIBBS RFQ listing for solicitation SPE7MX26R0045. Item or requirement: PROJECT CM26036006. Synopsis: NSN(s): 4130-00-595-0135 “FILTER ELEMENT, AIR” The acquisition covers NSN 4130-00-595-0135. For this item, the Government holds rights to the technical data, the data package is complete, and there are no restrictions related to technical data, engineering, tooling, or manufacturing. Drawings and specifications will be available through the DIBBS solicitation link on the issue date. Unit of Issue: EA Inspection/Acceptance: Origin FOB: Origin – First Destination and Transportation (FDT) applies – STOCK ONLY Delivery Schedule: The required delivery is 120 days for Production. Item requires a Contractor First Article Test. Delivery of FAT report is 60 days with 60 days for Government review. Total delivery with FAT requirement is 240 days. Delivery will be 120 days with waiver of FAT. The Small Business size standard for this acquisition is 1,250 employees. Quantity: Anticipated type of contract is an IQC. Items to be shipped to various military depot locations within established minimum & maximum quantity limits on an as needed basis. The item under this acquisition may be subject to the Buy American Act. This acquisition will be solicited as a Firm‑Fixed‑Price Indefinite Quantity Contract (IQC) using competitive procedures under FAR Part 15 consistent with 10 U.S.C. 3201. It will be conducted as Full and Open Competition After Exclusion of Sources in acco Review the DIBBS record and linked PDF for NSN details, packaging, clauses, and submission instructions.
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.