- 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
SPE7LX25R0075 | NSN - 1005-01-088-4400(Cover Assembly, Inde); NSN - 3040-01-167-8327 (Shaft, Shouldered); NSN - 1025-01-606-1024 (Housing Assy, Sensor)
Federal opportunity from DIBBS • DEPT OF DEFENSE.DEFENSE LOGISTICS AGENCY.DLA LAND.DLA LAND COLUMBUS.DLA LAND AND MARITIME. Place of performance: United States. Response deadline: Apr 16, 2026. Industry: NAICS 332994.
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 332994 (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.
Point of Contact
Agency & Office
More in NAICS 332994
Description
DIBBS RFQ listing for solicitation SPE7LX25R0075. Item or requirement: NSN - 1005-01-088-4400(Cover Assembly, Inde); NSN - 3040-01-167-8327 (Shaft, Shouldered); NSN - 1025-01-606-1024 (Housing Assy, Sensor). Synopsis: LTC Project CL25147003 This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c). Three (3) National Stock Numbers with Estimated Demand Quantity (ADQ): 1005-01-088-4400; Cover Assembly, Inde; ADQ: 93 3040-01-167-8327; Shaft, Shouldered; ADQ: 36 1025-01-606-1024; Housing Assy, Sensor; ADQ: 18 Unit of Issue: EA (Each) Destination Information: Various Stock Locations in the continental United States (CONUS) Delivery Schedule: 1005-01-088-4400; 304 Days 3040-01-167-8327; 322 Days 1025-01-606-1024; 677 Days NAICS Codes: 332994, Business Size standard (number of employees) is 1,000 333613, Business Size standard (number of employees) is 750 332994, Business Size standard (number of employees) is 1,000 The scope of this acquisition is for a Firm-Fixed Price (FFP), Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC). The Government is pursuing a Long-Term Contract (LTC), for the duration of a one (1) three-year (3-year) base period and two (2) one-year (1-year) option periods. This will be solicited as a Total Small Business Set-Aside. FOB and Inspection/Acceptance (I/A) will be at Origin. First Destination Transportation (FDT) applies. This solicitation will be available on the Internet at on or around April 17, 2026 . The Review the DIBBS record and linked PDF for NSN details, packaging, clauses, and submission instructions.
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.