Skip to content
Department of Defense

95--BEAM,STRUCTURAL

Solicitation: SPRPA126RZA20
Notice ID: 2d9edb37ccca414aaca6cf73d68a5440
TypeSolicitationNAICS 331491PSC9540DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStatePAPostedFeb 19, 2026, 12:00 AM UTCDueMar 16, 2026, 06:00 PM UTCCloses in 22 days

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 16, 2026. Industry: NAICS 331491 • PSC 9540.

Market snapshot

Awarded-market signal for NAICS 331491 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,226,639
Sector total $20,341,046,444 • Share 0.0%
Live
Median
$36,954
P10–P90
$31,712$255,928
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,226,639)
Deal sizing
$36,954 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
Philadelphia, PA • 19111-5098 USA

Point of Contact

Name
Telephone:
Email
MICHAEL.KNEBLE@DLA.MIL
Phone
2157375619

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AVIATION PHILADELPHIA • DLA AVIATION AT PHILADELPHIA, PA
Contracting Office Address
Philadelphia, PA
19111-5098 USA

More in NAICS 331491

Description

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||X|ISO 9001 or equivalent||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (combo)|N/A|TBD|SPRPA1|TBD|TBD|See Schedule|TBD|N/A|N/A|TBD|N/A|N/A|N/A|N/A|N/A| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|One year after date of delivery|45 days after discovery of the defect||||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989)|10|IAW QAP/CDRL|IAW QAP/CDRL|IAW QAP/CDRL|IAW QAP/CDRL|IAW QAP/CDRL|IAW QAP/CDRL|IAW QAP/CDRL|IAW QAP/CDRL|IAW QAP/CDRL|IAW QAP/CDRL| CRITICAL SAFETY ITEMS (AUG 2011)|4|NIIN: 015099974|||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1|| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA --MODIFICATIONS (NOV 2021))|7|||||||| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|331491|900 employees||||||||||| COST ACCOUNTING STANDARD NOTICES AND CERTIFICATION (DEV 2026-O0006)(FEB 2026)|1|| FACSIMILE PROPOSALS (OCT 1997)|1|215-737-7149| REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018)|1|electronic mail| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA (MAY 2024))|1|| EVALUATION OF FIRST ARTICLE TESTING|3|||X| This is a NEW SPARES requirement. No drawings available for this solicitation. This item requires USG Source Approval prior to award. If you are not an approved source, you must submit, together with Your proposal, the information detailed in the NAVSUP WSS Source Approval Brochure which can be obtained online at https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP- Weapon-Syatems-Support/Buiness-Opps/ under "Commodities." Offers received which fail to provide all data required by the source approval brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in the time and/or meet USG requirements, award of the requirement may be continued based on Fleet support needs. Test, and I/A requirements IAW CSI QAP dtd 25MAR2021: See the applicable clause(s) contained within this document. FOR REFERENCE ONLY: PART NUMBER: 6532E776-5 Note: This is a Critical Safety Item (CSI). This solicitation includes procurement note L09 Reverse Auction (Oct 2016) from DLAD 15.407-90. The Government may conduct a reverse auction. The following is included in section M of this solicitation: The Government will consider all responsible offerors/quoters for award. The Government will evaluate offerors/quoters based on price, delivery timeframe, and past performance. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. IAW Quality Assurance Provisions (QAP) dated 25MAR2021 and Contract Data Requirements List (CDRL) ver.001: This is a Critical Safety Item and requires source approval. The QAP may be requested by email to the PCO by approved sources only. \ 1. SCOPE 1.1 . Markings shall be in accordance with MIL-STD-130, revision level "L" or latest revison, and IAW the drawing requirements. 1.2 PRE-AWARD / POST AWARD REQUIREMENTS: Due to the critical use of this item and its quality history, a pre-award survey and post-award conference may be required for all new manufacturers. For all previous sources, a post-award conference may be recommended. 1.3 The components being acquired under this solicitation have been classified as Flight Critical requiring engineering source approval by the Naval Air Systems Command. Only those companies who have submitted requests for source approval and been approved will be eligible for award under this solicitation. Any company not previously approved may submit a Source Approval Request to the contracting officer, Naval Inventory Control Point, (See Block 10 of the SF33 for name and code). The Source Approval Request shall contain the following documentation and shall be submitted by the closing date of this solicitation: (A) Copy of complete configuration drawings for a similar item(s) which your company has produced within the past three years, including test procedures for which your company (1) has been qualified to manufacture and (2) which is similar, i.e., requires the same materials, manufacturing processes, inspections, tolerances and similar application as the item(s) for which you are seeking approval. (B) Copy of the complete process/operation sheets used to manufacuture the similar item, including but not limited to, detailed shop sketches. These plans must note those operations and processes performed by subcontractors/ vendors. (C) Complete copies of purchase orders, shipping documents, etc. that document delivery of production quantities of the part to the Original Equipment Manufacturer or Military service. Provide the most recent copies of the documents. (D) A detailed comparative analysis of the differences/similarities between the similar part and the part(s) for which you are seeking approval. This analysis should include materials, configuration, tolerances, process requirements, dimensions, castings, forgings, etc. (E) Copy of inspection method sheets used in the manufacturing and at final inspection. These sheets should include actual tolerance, print requirements, inspection devices, sources performing the operation and level of inspection. Critical characteristics should be discernible from all other characteristics. The above requirements are a subset of requirements specified in the ASO Source Approval Information Brochure dated January 1995. The submission of this data subset is contingent upon and in consideration of the submitting contractor meeting all other requirements specified in this solicitation to include a bilateral agreement with MDA which includes availability of complete data, MRB disposition, etc. Any company not having such agreement, but desiring to seek engineering source approval, will be required to submit data meeting all requirements of the ASO/NAVICP Source Approval Brochure. 1.4 Sampling rates (AQLs) indicated below shall be used in accordance with ANSI Z1.4 for Single Sampling and a General Inspection Level of II. 1.5 In addition to the 100% PCO Mandatory, critical and major characteristics, attributes for plating, hardness and non-destructive testing will be inspected one hundred percent. 1.6 Contractor shall develop a system for identification of individual piece parts for traceability purposes. Markings shall not be permanent. 1.7 An AQL of 1.5 will be used for Class 3 threads and dimensions, and geometric feature controls with a tolerance range of .010 or less. 1.8 For minor characteristics, a sampling rate determined by the contractor and subject to QAR approval will be used. 1.9 The material covered in this contract/purchase order will be used in a crucial shipboard system enabling the launch and/or recovery of aircraft. The use of incorrect or defective material would create a high probability of failure resulting in a serious personnel injury, loss of life, loss of vital shipboard systems or loss of aircraft. Therefore,the material has been designated as Critical material and special control procedures are invoked to ensure receipt of correct material. 1.10 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;NAWC LAKEHURST; drawing number ( ;80020; ) ;6532E776-5; , Revision ;MOST CURRENT REVISION; and all details and specifications referenced therein. 1.11 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.12 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C. 2. APPLICABLE DOCUMENTS DRAWING DATA=MPR 1221 |80020| T| |D| | | | DRAWING DATA=MPR 1222 |80020| A| |D| | | | DRAWING DATA=MPR 1223 |80020| C| |A| | | | DRAWING DATA=MPR 1233 |80020| A| |D| | | | DRAWING DATA=TP-ACC-011 |80020| C| |D| | | | DRAWING DATA=428177-1 |80020| B| |D| | | | DRAWING DATA=525062-1 |80020| F| |D| | | | DRAWING DATA=525063-1 |80020| F| |A| | | | DRAWING DATA=525064-1 |80020| F| |D| | | | DRAWING DATA=6300-001 |80020| F| |A| | | | DRAWING DATA=6530C119-3 |80020| G| |A| | | | DRAWING DATA=6530C124-1 |80020| J| |D| | | | DRAWING DATA=6532B168-3 |80020| F| |A| | | | DRAWING DATA=6532B189-1 |80020| J| |D| | | | DRAWING DATA=6532B216-1 |80020| K| |A| | | | DRAWING DATA=6532B217-1 |80020| M| |A| | | | DRAWING DATA=6532B218-1 |80020| E| |A| | | | DRAWING DATA=6532B430-1 |80020| F| |A| | | | DRAWING DATA=6532B711-3 |80020| G| |A| | | | DRAWING DATA=6532B837-1 |80020| G| |A| | | | DRAWING DATA=6532B846-1 |80020| J| |A| | | | DRAWING DATA=6532C800 |80020| G| |D| | | | DRAWING DATA=6532C838-1 |80020| G| |A| | | | DRAWING DATA=6532C866-1 |80020| D| |A| | | | DRAWING DATA=6532C897-1 |80020| G| |A| | | | DRAWING DATA=6532D336-1 |80020| J| |A| | | | DRAWING DATA=6532D844-1 |80020| C| |A| | | | DRAWING DATA=6532D845-1 |80020| K| |A| | | | DRAWING DATA=6532D994-1 |80020| D| |D| | | | DRAWING DATA=6532E776-5 |80020| Y| |D| | | | DRAWING DATA=6532E778-4 |80020|AD| |D| | | | 3. REQUIREMENTS QUALITY ASSURANCE REQUIREMENTS The solicitation/contract shall contain the NAWCADLKE inspection surveillance clause as follows: a. Because of the critical nature of this material, a representative of the Naval Air Warfare Center Aircraft Division Lakehurst (NAWCADLKE) is available to furnish technical assistance on Quality Assurance (QA) matters and shall have the option of conducting QA surveillance for the first lot produced under this contract (and all subsequent lots if necessary). This requirement will be performed in conjunction with the government QAS of the cognizant Defense Contract Management Activity and does not abrogate the authority or responsibility of the designated government QAS. The contractor agrees to notify jose.g.torraca.civ@us.navy.mil, NAWC QA section Code BL41600, Lakehurst, NJ 08733-5035 and the PCO when the material is scheduled to be presented to the DCMA government QAS for Government inspection and acceptance. This notice shall afford the NAWCADLKE QA representative the option of being present during the inspection. A minimum of fourteen (14) working days is required to arrange the surveillance visit. Notification shall include the following information: Company Name, Cage Code, Phone number, Fax number, Contract number, Point of Contact, Part Nomenclature, Part Number, NIIN, Type of Inspection, and Quantity of parts. b. Due to the critical nature of this item, it is necessary to conduct in-process inspections on critical component features, attributes, or manufacturing processes. The contractor agrees to notify jose.g.torraca.civ@us.navy.mil,NAWC QA section Code BL41600, Lakehurst, NJ 08733-5035 and the PCO when material is scheduled for the interim inspection(s) that are identified herein. This notice shall afford the NAWCADLKE QA representative theoption of being present during the inspection. A minimum of seven (7) working days is required to arrange the surveillance visit. Notification shall include the following information: Company Name, Cage Code, Phone number, Fax number, Contract number, Point of Contact, Part N omenclature, Part Number, NIIN, Type of Inspection, and Quantity of parts. 2. The contractor shall perform Quality Conformance and Lot Sampling Inspectionfor all associated features that are present in the drawings and specifications: ecifications:a. Features/attributes/requirements classified as Critical and a. Features/attributes/requirements classified as Critical and Major on the drawing(s) or within the technical specification shall be inspected and shall have ttributes for plating, hardness, and non-destructive testing shall be the actual dimensions documented 100%; b. Attributes for plating, hardness, and non-destructive testing shall be inspected 100%; c. Class 3 Threads, dimensions, and geometric feature controls with a tolerance range of .010 or less shall be inspected using an AQL of 1.5 and the General Inspection Level II as defined by ANSI Z1.4 d. Minor Characteristics: Sampling shall be inspected using an AQL of 4.0 and the General Inspection Level II as defined by ANSI Z1.4. 3. The material covered in this contract/purchase order will be used in a crucial shipboard system supporting the launch and/or recovery of aircraft. the use of incorrect or defective material would create a high probability of failure resulting in a serious personnel injury, loss of life, loss of vital shipboard systems, or loss of aircraft. Therefore, the material has been designated as Critical Safety Item (CSI) material and special control procedures are invoked to ensure receipt of correct material. 4. First Article Testing: The contractor shall conduct First Article testing on this item of ALRE/SE and must address all elements listed below and prepare a First Article Test Report documenting the outcome. Unless otherwise specified, the report and its acceptance shall be per the provisions of the applicable Contract Data Requirements List (CDRL). a. Requirements: i. First Article quantity is one (1); in uncoated condition. ii. The First Article shall be available for Government evaluation per the contract schedule. The Evaluation shall be conducted in the presence of the Government personnel. Accordingly, the contractor shall allow time to arrange for NAWC participation in accordance with the ?NAWCADLKE Inspection Witness Option?; iii. The contractor shall provide facilities and personnel sufficient to conduct all necessary tests to establish conformance. iv. The contractor shall have available for review all certifications, test reports, in-process inspection documents needed to substantiate product quality; this same documentation shall also be included in the First Article test report; v. The contractor shall, at the time of First Article, have corrected any problem areas deemed significant and documented as deficient by the Government within his/her Quality Assurance system not previously identified during prior evaluations and/or surveys; any problems identified during the conduct of the test will also require correction. b. Testing and evaluation: i. The contractor shall accomplish 100% inspection and/or testing of all critical, major, and minor dimensions and/or requirements identified in the drawings, drawing notes, and process and fabrication specifications. Results shall consist of actual dimensions, measurements, and test outcomes and shall be recorded and included in the First Article test report. c. Acceptance/reject criteria: i. Satisfactorily meeting all requirements cited in the First Article Testing ?Requirements? paragraph above and satisfactorily demonstrating 100% conformance to the test and evaluation elements cited in the First Article Testing ?Testing and evaluation? paragraph above shall constitute acceptance of the First Article; ii. Failure to meet any of the conditions in the First Article Testing "Requirements" paragraph above or the First Article Testing "Testing and evaluation" paragraph above shall be cause for rejection. d. Delivery: i. The accepted First Article exhibit may be delivered and counted along with the contract production quantities providing the item has not been damaged during testing, and has been found to be conforming; ii. The contractor is responsible for preparing the First Article Test Report in accordance with CDRL?s. 5. Production Lot Special Tests: N/A 6. For purposes of this TDR, the term NDT shall refer to the following methods: MT - Magnetic Particle Testing, PT - Penetrant Inspection, UT - Ultrasonic Testing, RT - Radiographic Testing, and VT - Visual Testing. 7. Companies performing NDT shall be NADCAP accredited, or a laboratory accredited by one of the organizations listed below as satisfying ISO 17025 (General requirements for the competence of testing and calibration laboratories). NDT certificates shall be bear the symbols of accreditation and the accreditation Body a. American Association for Laboratory Accreditation (A2LA) b. ANSI National Accreditation Board (ANAB) c. International Accreditation Service, Inc. (IAS) d. National Voluntary Laboratory Accreditation Program (NVLAP) e. Perry Johnson Laboratory Accreditation, Inc. (PJLA) f. Canadian Association for Laboratory Accreditation Inc. (CALA g. Standards Council of Canada (SCC) 4. QUALITY ASSURANCE Unique Requirements: 1. All records pertaining to ALRE CSI/CAI manufacture and inspection/test shall be provided to the ALRE Cognizant Technical Authority. All records shall be maintained by LKE QA and by the manufacturer for a period of seven years. 2. Interim Inspection Requirements to be performed at contractor?s location: The following item(s) require an interimInspection at the contractor?s location: a. P/N 6532E776-5, Arresting Beam - STBD Assembly (CSI): i. Witness of torque per Note 1 of Drawing 6532E776 (M102). ii. Witness of Loctite ap…

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.