- 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
SPE7LX26R0012 | Vehicle Components, drawing available
Federal opportunity from DIBBS • DEPT OF DEFENSE.DEFENSE LOGISTICS AGENCY.DLA MARITIME.DLA MARITIME COLUMBUS.DLA LAND AND MARITIME. Place of performance: {}. Response deadline: Apr 07, 2026. Industry: NAICS 333618.
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 333618 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 333618
Description
DIBBS bridge listing for solicitation SPE7LX26R0012. Synopsis: DIBBS bridge listing for solicitation SPE7LX26R0012. Synopsis: DIBBS bridge listing for solicitation SPE7LX26R0012. Synopsis: DIBBS bridge listing for solicitation SPE7LX26R0012. Synopsis: DIBBS bridge listing for solicitation SPE7LX26R0012. Synopsis: DIBBS bridge listing for solicitation SPE7LX26R0012. Synopsis: DIBBS bridge listing for solicitation SPE7LX26R0012. Synopsis: DIBBS bridge listing for solicitation SPE7LX26R0012. Synopsis: DIBBS bridge listing for solicitation SPE7LX26R0012. Synopsis: DIBBS bridge listing for solicitation SPE7LX26R0012. Synopsis: Maximum of the contract (including option): $13,034,812.12 NSN: 2520-010985124 NSN: 2940-011131248 NSN: 2930-011332143 NSN: 2990-011901089 The objective of this procurement is to place the items in a firm fixed price, indefinite delivery indefinite quantity (IDIQC) long-term contract (LTC) of a maximum of five (5) years, divided into a base period of three-years (3-year) and two option periods of one (1-year). Option years are to be opted at the discretion of the Government. The total duration of the contract shall not exceed five (5) years. The Government will solicit the acquisition under FAR (Federal Acquisition Regulation) Part 15, Contracting by Negotiation. Certified Cost and Pricing Data is not currently required. The scope of the procurement is limited to the items listed in Section B of the solicitation. The Gove Source: Defense Logistics Agency (DLA) via SAM-derived metadata and DIBBS record mapping.
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.