Skip to content
Department of Defense

Camera, Infrared, Industrial WSDC: 23N/ END ITEM: Ship, Ohio Class SSN (Trident); PR: 7014878961, NSN: 6635-016990665: IAW P/N: MI-TIC-S-3 USN

Solicitation: SPE4A626R0142
Notice ID: 4a9450f657924c418af67579e4d4b890
TypePresolicitationNAICS 334519PSC6635Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateVAPostedFeb 17, 2026, 12:00 AM UTCDueApr 03, 2026, 07:00 PM UTCCloses in 39 days

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 03, 2026. Industry: NAICS 334519 • PSC 6635.

Market snapshot

Awarded-market signal for NAICS 334519 (last 12 months), benchmarked to sector 33.

12-month awarded value
$52,644,805
Sector total $20,448,118,707 • Share 0.3%
Live
Median
$66,000
P10–P90
$28,862$444,579
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)
+100%($52,644,805)
Deal sizing
$66,000 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
Melinda Johnson
Email
Melinda.Johnson@dla.mil
Phone
8042791627
Name
Lionel Allamby Jr
Email
lionel.allamby@dla.mil
Phone
8042795132

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 334519

Description

This solicitation will contain one NSN for: Camera, Infrared, Industrial WSDC: 23N/ END ITEM: Ship, Ohio Class SSN (Trident). A Request for Proposal (RFP) will be solicited for award of a firm fixed price contract.  The original equipment manufacturer(s) is Avon Protection Systems Incorporated, CAGE 1LEW5, P/N MI-TIC-S-3 USN. The NSN and quantity are as follows: NSN: 6635-016990665, quantity 1,252 each. The delivery schedule is 171 days after receipt of order (ARO).  FOB: Origin; Inspection/Acceptance: Destination. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. The solicitation issue date is on or about March 4, 2026, in accordance with (IAW) 10 U. S. C. 2304 (c) (1), other than full and open competition applies.   

Conditions for evaluation and acceptance of offers for part-numbered items cited in the PID: This agency has no data available for evaluating the acceptability of alternate products offered.  In addition, to the data required in Procurement Note: L04/M06, the offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited in the PID, sufficient to establish that the offeror’s product is equal to the product cited in the PID. 

The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with the approved source. Interested people may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested people may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.

A copy of the solicitation will be available via the DLA Internet Bid Board Systems (DIBBS) website at https://www.dibbs.bsm.dla.mil/RFP on the issue date cited in this solicitation. From the DIBBS Homepage, select “Requests for Proposal (RFP) / Invitation for Bid (IFB)” from the menu under the tab “Solicitations.” Then search for and choose the RFP you wish to download. Solicitations 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 the solicitation will not be available to requestors.

The solicitation anticipated close date will be April 3, 2026.  The buyer for this requirement is Melinda Johnson and can be reached by telephone: (445) 737-3440, e-mail: Melinda.Johnson@dla.mil .

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.