Skip to content
Department of Defense

Sources Sought: Long-Term Contract for 8 NSNs

Solicitation: SPE7LX26R0020
Notice ID: 26020160c25249d2897560aea930a863
TypeSources SoughtDepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateOHPostedFeb 13, 2026, 12:00 AM UTCDueFeb 26, 2026, 04:59 AM UTCExpired

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Feb 26, 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: SPE7LX26R0020. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$68,699,272,131
Sector total $68,699,272,131 • Share 100.0%
Live
Median
$253,715
P10–P90
$29,763$10,909,709
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)
+100%($68,699,272,131)
Deal sizing
$253,715 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 OH
Live POP
Place of performance
Columbus, Ohio • United States
State: OH
Contracting office
Columbus, OH • 43218-3990 USA

Incumbent & Expiration Tracking

Incumbent
Not available
Data source
Not detected
Contract expiration
Not available
No expiration data
Capture records and source attachments to track incumbent rollover timing.

Competitive Heat Score

Bid pressure estimate
35/100
Low

Lower direct competition signal relative to other notices.

  • Deadline status: Notice is already expired.
  • Competition pool: Open competition (no set-aside detected).
  • Vehicle pattern: Title indicates multi-award/recurring vehicle behavior.

Point of Contact

Name
Kozo Okamura
Email
Kozo.Okamura@dla.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA LAND
Office
DLA LAND COLUMBUS • DLA LAND AND MARITIME
Contracting Office Address
Columbus, OH
43218-3990 USA

Description

This notice is NOT a request for quotes or proposals (RFQ/RFP).

The following NSNs are requested.

CLIN                NSN                                        NOMENCLATURE

0001                5330-00-171-5072                  RETAINER,PACKING PLASTIC /TFE/

0002                5340-00-202-1511                  HINGE BUTT

0003                3040-00-768-6278                  CHAIN ASSEMBLY,WING

0004                5305-00-836-8346                  SCREW,CAP,HEXAGON HEAD

0005                5355-00-898-6791                  KNOB ASSEMBLY

0006                5330-01-068-4070                  GASKET

0007                5340-01-428-5992                  BRACKET,MOUNTING

0008                5340-01-446-8588                  BRACKET,MOUNTING

Annual Demand Quantity (ADQ):

CLIN                     ADQ

0001                     843 EA

0002                       39 EA

0003                     262 EA

0004                  1,534 EA

0005                     103 EA

0006                     118 EA

0007                       31 EA

0008                16,293 EA

Product Service Code (PSC):

CLIN                PSC

0001                5330

0002                5340

0003                3040

0004                5305

0005                5355

0006                5330

0007                5340

0008                5340

North American Industry Classification System (NAICS):

CLIN                NAICS

0001                332722

0002                332510

0003                333613

0004                332722

0005                332312

0006                339991

0007                332510

0008                332722

---

All 8 NSNs have an Acquisition Method Code (AMC) / Acquisition Method Suffix Code (AMSC) of “1/G”.

AMC 1. Suitable for competitive acquisition for the second or subsequent time.

AMSC G. The Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restrictions.

---

Technical data, including Drawings, are posted in DIBBS https://www.dibbs.bsm.dla.mil/ in the DLA Collaboration Folders (cFolders) section: https://pcf1x/bsm.dla.mil/cfolders/.

---

Please review NSN(s) listed above and provide any sources that may be able to manufacture this item. The approved sources for these items are listed above. All information may be submitted directly to Kozo Okamura at kozo.okamura@dla.mil. This information must be provided by the response date of this notice.

Should a company wish to be reviewed and qualified as an “Approved Source”, they may submit an application package through the DLA Land and Maritime Alternate Offer/Source Approval Request (SAR) Program.  A SAR package contains all technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality or better than the Original Equipment Manufacturer (OEM).  The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item which DLA Land and Maritime is procuring. 

For further information, please reference the DLA Land Maritime web page shown below and click on the highlight: Alternate Offer/Source Approval Program for detailed explanation for the information and format necessary for a SAR and for the SAR approval process.

http://www.dla.mil/LandandMaritime/Business/Selling/Alternate-Offers/.

Thank you in advance for your assistance.

This notice is NOT a request for quotes or proposals (RFQ/RFP).

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

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.