Skip to content
Department of Defense

6150-01-492-7110; 19F; AIRCRAFT, EAGLE F-15

Solicitation: SPE4A626R0139
Notice ID: 3a388f8b87f24b3e858002a63fb5d442

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Feb 16, 2026. Industry: NAICS 334419 • PSC 6150.

Market snapshot

Awarded-market signal for NAICS 334419 (last 12 months), benchmarked to sector 33.

12-month awarded value
$62,196,746
Sector total $20,371,516,771 • Share 0.3%
Live
Median
$87,897
P10–P90
$28,757$474,285
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+67679%($62,013,489)
Deal sizing
$87,897 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 VA
Live POP
Place of performance
Richmond, Virginia • 23237 United States
State: VA
Contracting office
Richmond, VA • 23237 USA

Point of Contact

Name
Patsy Bedford
Email
patsy.bedford@dla.mil
Phone
4457377058
Name
Heidi Lacosse
Email
Heidi.Lacosse@dla.mil
Phone
8043162631

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AV RICHMOND • DLA AVIATION
Contracting Office Address
Richmond, VA
23237 USA

More in NAICS 334419

Description

This Synopsis is issued for a TOTAL SMALL BUSINESS set-a-side solicitation that will be issued under PR number 1000221524 to establish an Indefinite Quantity Contract (IQC) with 5 Base Years. ONLY OFFERS FROM SMALL BUSINESS CONCERNS WILL BE CONSIDERED.

NSN: 6150-01-492-7110; CABLE ASSEMBLY, SPEC; CRITICAL APPLICATION ITEM; EXPORT CONTROL; HIGHER-LEVEL QUALITY; GOVERNMENT FIRST ARTICLE TESTING (GFAT) REQUIREMENTSREQUIREMENTS.  SURGE REQUIREMENT NAICS 334419.

Required delivery is 390 days for production after GFAT approval.   Stock delivery locations will be to any facility in the Continental United States as cited on each delivery.

Pricing will be evaluated on the Estimated Annual Demand (EAD) – 78 EA.  The Guaranteed Minimum will be cited in the solicitation.

                       

There will be a 5-year Base with NO option, for a total of five years. Terms are FOB Origin and Inspection/Acceptance Origin for DLA Direct.

This item has technical data, some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR) and cannot be                                                    exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data.                                                                                                                                                                                                     

The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the  Introduction to Proper Handling of DOD Export-Controlled Technical Data.              Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below) and have been approved by the DLA controlling authority to access the                                            export-controlled data. Instructions for obtaining access to the export-controlled data can be found at:                                                                                 https://www.dla.mil/Logistics-Operations/Enhanced-Validation/  

This solicitation includes Procurement Notice L09, Reverse Auction.  Since a Reverse Auction may be conducted, offerors are encouraged to access the Procurex system and review the Reverse Auction help tutorials at:  https//dla.procurexinc.com to learn more about how to participate in an auction.

Solicitation scheduled release date is tentatively 16 February 2026. Electronic (DIBBS) proposals/quotes are unacceptable.  Proposals are to be submitted to the Bid Custodian.  A copy of the solicitation will be available via the BSM Internet Bid Board System (DIBBS) Homepage (https://www.dibbs.bsm.dla.mil).  Select "Request for Proposal (RFP)" under the Solicitations heading.  Then choose the RFP you wish to download.  RFPs are in portable document format (PDF).  To download and view these documents you will need the latest version of Adobe Acrobat Reader.  This software is available free at http://www.adobe.com.  A paper copy of this solicitation will not be available to requestors.

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.