- 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
16--VOLTAGE AVERAGING U
Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Apr 24, 2026. Industry: NAICS 336413 • PSC 1680.
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 57 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336413
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||x|AS/EN/JISQ 9100 or equivalent||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)|INVOICE 2IN1|TBD|SPRPA1|TBD|TBD|SEE SCHEDULE|TBD|TBD|TBD|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 MONTHS|45 DAYS AFTER DISCOVERY OF DEFECT||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040)(FEB 2026)|4||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026))|13|||||||||||||| ROYALTY INFORMATION (APR 1984)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| 1. Scope: This solicitation is for the procurement of aircraft components that are determined to be commercial items in accordance with FAR 2.101 and FAR Part 12. Offerors shall provide components that are currently in production and offered in the commercial marketplace, or that have been offered for sale, lease, or license to the general public or non-governmental entities. 2. Applicable Regulations: This acquisition shall be conducted in accordance with: FAR Part 12 - Acquisition of Commercial Products and Commercial Services FAR Part 13/15, as applicable (based on dollar value or acquisition method) DFARS 212, as applicable for Department of Defense requirements 3. Commercial Item Determination: Offerors shall provide documentation supporting the commerciality of the offered item(s), which may include: Commercial product descriptions and technical specifications Sales history or catalog pricing Copies of sales invoices or redacted purchase orders to non-government customer Published price lists or marketing materials 4. Technical Requirements Offered components must meet the Government's form, fit, and function requirements. Submissions must include datasheets, drawings, or specifications that demonstrate compliance with performance requirements outlined in the technical description. Any deviation from the stated technical requirements must be clearly identified and justified. 5. Certification and Traceability Vendors must certify that all components are new, unused, and conform to commercial standards. Traceability documentation shall be provided to verify the supply chain from the original manufacturer to the vendor. Documentation may include FAA Form 8130-3, Certificate of Conformance, Part Manufacturer Approval (PMA) Documentation or equivalent. Authorized Release Certificate Requirement - FAA Form 8130-3 All components delivered under this contract shall be accompanied by a properly executed FAA Form 8130-3 Authorized Release Certificate. For new (spare) components, the 8130-3 shall be issued by an FAA-approved production approval holder (PAH) and certify that the item conforms to FAA-approved design data and is in a condition for safe operation (Block 11a). The 8130-3 must: Include the correct part number, serial number (if applicable), and contract/purchase order number and Be completed legibly and in accordance with current FAA guidance (e.g., FAA Order 8130.21 series) 6. Delivery and Packaging Items shall be packaged in accordance with standard commercial practices that prevent damage during transit and storage unless otherwise specified. All shipments must be traceable and include packing lists identifying part number, nomenclature, quantity, and contract number. 7. Warranty and Support A standard commercial warranty must be provided. Warranty terms must be at least equal to those provided to the vendor's commercial customers and must include workmanship and replacement parts. Technical support must be available during the warranty period. 8. Marking and Labeling Components must be labeled with the part number, manufacturer's name or CAGE code, and lot or serial number (if applicable). 9. Contract Data Requirements No military-unique Contract Data Requirements List (CDRL) will apply unless explicitly identified. Commercial documentation shall suffice unless otherwise negotiated. This Solicitation is being issued under EAF Authority formally known as SEPA. For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. For items for which Government inspection and acceptance will be conducted at the source, DLAD clause 52.?-9004, Product Verification Testing, is incorporated by reference. DLAD clauses can be viewed at http://www.dla.mil/Acquisition/Pages/DLAD.aspx. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. Drawings are not available for this Request for Quote. Offerors are advised that offers received from sources which are not government-approved sources of supply will be deemed technically unacceptable, and therefore ineligible for award. Any distributors of approved sources MUST submit a copy of their authorized distributor letter, on the source letterhead, to the buyer point of contact indicated on the solicitation via email, at time of proposal submittal. All potential offers shall provide newly manufactured spares only. Refurbished, remanufactured, or repaired material will not be acceptable. Offers for such are ineligible for award. \
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.