- 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
26 - RUN-FLAT KIT,INSERT
Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Mar 28, 2026. Industry: NAICS 326211 • PSC 2640.
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 326211 (last 12 months), benchmarked to sector 32.
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.
View more for this contract3 more WD matches and 42 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 326211
Description
NSN: 2640-015636900
Approved Source
CADILLAC GAGE TEXTRON INC (10237)
----------------------------------------------------------------------------------------------------------
The AMC/AMSC for the NSN listed above is “3 Q”
AMC 3 Items found to be procured from the actual mfgr or vendor, including a prime contractor who is the actual mfgr. "
AMSC Q. The Government does not have adequate data, lacks rights to data, or both needed to purchase this part from additional sources. The Government has been unable to economically buy the data or rights to the data, although the part has been undergoing full screening for 12 or more months. Breakout to competition has not been achieved, but current, continuing actions to obtain necessary rights to data or adequate, reprocurement technical data indicate breakout to competition is expected to be achieved. This part may be a candidate for reverse engineering or other techniques to obtain technical data. All AMSC Q items are required to be reviewed within the timeframes cited in 2-203(b). If one source is available, AMCs 3, 4, or 5 are valid. If at least two sources exist, AMCs 1 or 2 are valid.
----------------------------------------------------------------------------------------------------------
Please review the NSN listed above and provide any sources that may be able to manufacture these items. The approved sources for this NSN are currently listed above. All information may be submitted directly to the Contract Specialist listed above. This information must be provided by the response date indicated above.
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.
https://www.dla.mil/Land-and-Maritime/Business/Selling/Alternate-Offers/
Thank you in advance for your assistance.
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.