- 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
CANOPY, EJECTION SEA
Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Feb 16, 2026. Industry: NAICS 336413 • PSC 1670.
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.
Point of Contact
Agency & Office
More in NAICS 336413
Description
SOURCES SOUGHT: 26R0433
CANOPY, EJECTION SEA
The Defense Logistics Agency is issuing a source sought as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for NSN 1670-01-236-3820 CANOPY EJECTION SEA. There are four approved sources of supply: FXC CORP GUARDIAN PARACHUTE (56600), MILLS MFG (02693), AIRBORNE SYSTEMS OF AM OF CA (05QR4), AND FXC CORP (52497); P/N J114551. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336413.
THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Drawings are not available.
If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 16 FEB 26. All responses under this Sources Sought Notice must be emailed michelle.r.scott@dla.mil. If you have any questions concerning this opportunity, please contact: Michelle R Scott.
Technical Orders and Qualification Requirements are not available.
APPENDIX 1: Purpose and Objectives
Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the new manufacture of the item(s). Generally, this entails the procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping. Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets. The unit prices will be established at the time of a contract award.
The specific requirement for this effort is below:
Part Number
Nomenclature
NSN
Estimated Requirement
J114551
CANOPY, EJECTION SEA
1670-01-236-3820
1617
DIBBS / DLA Details
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Defense Logistics Agency (DLA) is conducting a Sources Sought for the Ejection Sea Canopy (NSN 1670-01-236-3820) under solicitation number SPE4A7-26-R-0433. This effort aims to identify qualified sources capable of providing the necessary manufacturing, inspection, and logistical support. Responses are due by February 16, 2026, and may lead to either small business set-asides or full and open competition depending on the results of the market research.
The DLA is seeking to determine market capacity for the procurement of the Ejection Sea Canopy, including manufacturing, inspection, testing, and logistics support.
- Procurement/manufacture of component parts
- Inspection and testing
- Preservation and packaging
- Shipping services
- Supply chain management and logistics planning
- Organization name and contact details
- Tailored capability statements addressing DLA requirements
- Documentation supporting organizational capabilities
- Proposals for subcontracting or teaming arrangements
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Detailed performance specifications are not available
- Information regarding estimated contract value is missing
- Clarification on the extent of logistical responsibilities required is unclear
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.