Skip to content
Department of Defense

SWITCH,PROXIMITY

Solicitation: SPRPA126QYA28
Notice ID: 645b1a7bf978475d8db9923c881eeab3
TypeSolicitationNAICS 335313PSC5930DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStatePAPostedApr 02, 2026, 12:00 AM UTCDueMay 01, 2026, 08:30 PM UTCCloses in 23 days

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: May 01, 2026. Industry: NAICS 335313 • PSC 5930.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPRPA126QYA28. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 335313 (last 12 months), benchmarked to sector 33.

12-month awarded value
$17,454,639
Sector total $52,169,347,256 • Share 0.0%
Live
Median
$41,382
P10–P90
$28,760$350,000
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)
+151%($7,507,930)
Deal sizing
$41,382 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

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
PA20260004 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Bucks, Chester, Delaware +2
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
MILLWRIGHT
Base $54.54Fringe $38.78
+57 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 57 more rate previews.
Davis-BaconBest fitstate match
PA20260004 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Bucks, Chester, Delaware +2
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
MILLWRIGHT
Base $54.54Fringe $38.78
Rate
CARPENTER
Base $57.36Fringe $30.09
+56 more occupation rates in this WD
Davis-Baconstate match
PA20260090 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Franklin
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) (Asbestos Abatement, Removal from Mechanical Systems Only)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.99Fringe $16.87
+48 more occupation rates in this WD
Davis-Baconstate match
PA20260094 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Lehigh
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+39 more occupation rates in this WD
Davis-Baconstate match
PA20260101 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Northampton
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+36 more occupation rates in this WD

Point of Contact

Name
Telephone:
Email
ELIZABETH.CHESEBRO@DLA.MIL
Phone
2157378600

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 335313

Description

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|.||||||||||||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|.| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2|.|| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|.||||||||||| 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|.| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|335313|1250||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|In lieu of fax, email Elizabeth.Chesebro@dla.mil| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| 1. SCOPE 1.1 . Markings shall be in accordance with MIL-STD-130. 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 Sampling rates (AQLs) indicated below shall be used in accordance with ANSI Z1.4 for Single Sampling and a General Inspection Level of II. 1.4 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. 1.5 Contractor shall develop a system for identification of individual piece parts for traceability purposes. Markings shall not be permanent. 1.6 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. 1.7 For minor characteristics, a sampling rate determined by the contractor and subject to QAR approval will be used. 1.8 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. 1.9 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;2056AS0555-3; drawing number ( ;30003; ) ;LATEST REVISION; , Revision ;NAWCAD LAKEHURST DRAWING PACKAGE.; and all details and specifications referenced therein. 1.10 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. 1.11 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 |30003| T| |D| | | | DRAWING DATA=MPR 1223 |30003| C| |D| | | | DRAWING DATA=MPR 1233 |30003| A| |D| | | | DRAWING DATA=2056AS0105 |30003| M| |D| | | | DRAWING DATA=2056AS0550-3 |30003| B| |D| | | | DRAWING DATA=2056AS0551-3 |30003| C| |D| | | | DRAWING DATA=2056AS0553-1 |30003| C| |D| | | | DRAWING DATA=2056AS0554-1 |30003| A| |D| | | | DRAWING DATA=2056AS0555-3 |30003| K| |D| | | | DRAWING DATA=2056AS0570-1/-2 |30003| B| |D| | | | DRAWING DATA=2056AS0571-1 |30003| A| |D| | | | DRAWING DATA=2056AS0572-2 |30003| | |D| | | | DRAWING DATA=2056AS0573-1 |30003| | |D| | | | DRAWING DATA=2056AS0574-1 |30003| | |D| | | | DRAWING DATA=2056AS1501 |30003| K| |D| | | | DRAWING DATA=2056AS3490-G02 |30003| C| |D| | | | 3. REQUIREMENTS - NOT APPLICABLE 4. QUALITY ASSURANCE 1. Unique Requirements: a. Please identify the REI/TDR Number cited on the cover page of this TDR in any contract that results from using this TDR. For example, using the following statement: "In support of this solicitation/contract for this ALRE item, TDR No.25-10045 was used." b. All records pertaining to ALRE CSI/CAI manufacture and inspection/test shall be provided to the ALRE CognizantTechnical Authority. All records shall be maintained by LKE QA and by the manufacturer for a period of seven years. 2. Interim Inspection Requirements: The following item(s) requires an Interim Inspection at the contractor's location: a. P/N 2056AS0555-3, CROV Position Sensor (CSI): i. Witness of continuity check per Note 14 of Drawing 2056AS0555 (C1). 3. ALRE CSI parts require certification. a. When certified, an ALRE part is marked with a Material Identification Code (MIC). NAWCADLKE QA will providethe MIC to DCMA if the component is source accepted, and after receipt of all associated data. Application of MIC shall be in the same methodology as the drawing note for part marking, and in same area as part marking (next to, above, or below). 4. Receipt inspection and Certification of Sub-Components: N/A 5. Receipt Inspection and Certification of the Top Assembly: a. The receipt Inspection and Certification of the Top Assembly, P/N 2056AS0555-3, shall occur during the final inspection. 6. Contractor Assist and Part Marking: a. The contractor shall assist on the conduct of the inspections (both final and interim) required that are necessary to certifythe critical items specified herein. The contractor shall provide adequate facilities, inspection equipment, and skilled personnel, to support the NAWCADLKE Inspector in the conduct of the interim inspection(s). The contractor shall provide gauges, tools, fixtures, and jigs necessary to perform the inspections. The contractor shall also provide sufficient rigging/material handling services and manpower to setup/configure/operate equipment & machines used to accomplish the inspection task. This contractor assist requirement shall be applicable to 100% of the production quantities. As part of the MRI process, the NAWCADLKE QArepresentative will provide, in writing, a certification number along with direction for marking the Critical Safety Items (CSI). QUALITY ASSURANCE REQUIREMENTS: 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 the option 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 Nomenclature, Part Number, NIIN, Type of Inspection, and Quantity of parts. 2. The contractor shall perform Quality Conformance and Lot Sampling Inspection for all associated features that are present in the drawings and specifications: a. Features/attributes/requirements classified as Critical and Major on the drawing(s) or within the technical specification shall be inspected and shall have 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 documentsneeded to substantiate product quality; this same documentation shall also be included in the FirstArticle test report; v. The contractor shall, at the time of First Article, have corrected any problem areas deemed significant anddocumented as deficient by the Government within his/her Quality Assurance system not previously identifiedduring 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 andincluded 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. N/A 7. N/A 4.1 Review documentation as provided under DD 1423 requirements. 4.2 CRITICAL MANUFACTURING PROCESSES ( ;N/A; ) HEAT TREAT ( ;N/A; ) WELDING ( ;N/A; ) CADMIUM PLATING ( ;N/A; ) ENGINEERING CHROME PLATING ( ;N/A; ) NICKEL CHROME PLATING ( ;N/A; ) CASTING(S) ( ;N/A; ) FORGING(S) ( ;APPLIES; ) MPR (MATERIAL PROCESSING REQUIREMENTS) 4.3 The test to be performed under the First Article approval clause (FAR 52.209-3) of the contract are listed below 4.3.1 Dimensional test (special) ;APPLIES; 4.3.2 Requirements of: ;NAWC LAKEHURST; 4.3.3 Form ;APPLIES; 4.3.4 Fit ;N/A; 4.3.5 Function ;N/A; 4.3.6 Compliance with drawing ( ;80020; ) ;2056AS0555; , Revision ;REV K; and specifications referenced therein. 4.4 In addition to the above tests, the First Article(s) to be inspected hereunder shall also be subjected to those tests which will demonstrate that the article(s) comply with the contract requirements 4.5 The contractor shall be responsible for providing the necessary parts and repair of the First Article Sample(s) during inspection 4.6 The contractor shall notify the PCO, ACO, and QAR fourteen (14) days prior to conducting the First Article test so that the Government may witness such testing. 4.6.1 The QAR shall be present to witness all First Article Testing. 4.6.2 The following additional personnel shall witness the First Article Testing: ;DCMA QAR; 4.7 Disposition of FAT samples 4.7.1 ; ; Sample(s) may be destroyed during testing. 4.7.2 ;APPLIES; Unless otherwise provided for in the contract, sample(s) shall remain at the contractor and may be considered as production items under the contract provided the sample(s) can be refurbished to ready for issue condition and provided the sample(s) have inspection approval of the cognizant DCMC QAR. Sample(s) may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment. 4.8 Test Sample Coating Instructions 4.8.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative if required. 4.9 Notice to Government of Testing at the contractors facility. 4.9.1 FAR 52.209-3 applies (A) The contractor shall present ;ONE; ; unit(s) of the following CAGE( ;80020; ; ), Part Number ;2056AS0555-3; ; , Revision ;REV K; ; as specified in this contract. At least fourteen (14) calendar days before the beginning of the First Article testing, the contractor shall notify the contracting officer, in writing, of the time and location of the testing so that the Government may witness the tests. (B) The contractor shall submit the First Article Test Report within 15 calendar days from the date of testing to: ;PCO; ; The contractor shall mark the report "First Article Test Report" and cite the contract number and lot/item number. Review documentation as provided under the DD1423 requirements. (C) Within 45 calendar days after the Government inspects the First Article, the contracting officer shall notify the contractor, in writing, of the approval, conditional approval, or disapproval of the First Article. The notice of approval, conditional approval, or disapproval shall not relieve the contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the contractor. A notice of disapproval shall cite reasons for disapproval. (D) If the First Article is disapproved, the contractor, upon Government request shall repeat any or all First Article Tests. After each request for additional tests, the contractor shall make any necessary changes, modifications, or repairs to the First Article or select another First Article for testing. All costs related to these tests are to be borne by the contractor, including any and all costs for additional tests following a disapproval. The contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified in paragraph B above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (E) If the contractor fails to present any First Article on time, or the contracting officer disapproves any First Article, the contractor shall be deemed to have failed to make delivery within the meaning of the default clause of this contract. (F) Unless otherwise provided in the contract, and if the approved First Article is not consumed or destroyed in testing, the contractor may deliver the approved First Article as part of the contract quantity if it meets all contract requirements for acceptance. (G) If the Government does not act within the time specified in paragraph (C) above the contracting officer, shall, upon timely written request from the contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (H) Before First Article Approval, the acquisition of materials or components for, or the commencement of production or, the balance of the contract quantity is at the sole risk of the contractor. Before First Article approval, the costs thereof shall not be allocated to this contract for 1) progress payments, or 2) termination settlements if the contract is terminated for the convenience of the Government. The contractor is responsible for providing operating and maintenance instructions, spare parts, and repair of the First Article during any First Article test. (I) The contractor shall produce both the First Article and the production quantity at the same facility and shall submit a certification to the effect with each First Article. (J) The test report (2 copies) shall be in accordance with MIL-STD-831, unless otherwise specified on the DD1423, and shall be submitted via the cognizant DCMC to NAVSUP, ATTN: (Cite name and code in Block 10.a of the SF33). The DCMC shall provide comments on Form DD1222 (2 copies) which shall be forwarded with the test report. Approval of the test report is the PCO's responsibility. Upon notification of approval, condition approval, the ACO shall execute the DD250 to indicate Government acceptance of the test report. 4.10 Alternate Offers - Waiver of First Article Approval Requirements. (The following provisions supersede any waiver of First Article Approval Requirements terms set fo…

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.