- 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
PANEL, STRUCTURAL AI
Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 26, 2026. Industry: NAICS 336413 • PSC 1560.
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.
Point of Contact
Agency & Office
More in NAICS 336413
Description
Solicitation for End Item: B-52 Aircraft, Panel, Structural, AI, NSN: 1560-01-646-4189, 1000223782. TERM OF THE CONTRACT: 60 MONTHS. DELIVERY SCHEDULE 250 DAYS ARO. Export Control and Configuration Control item. Critical Application item. NAICS is 336413. This is 100% small business set aside, full and open competition procurement, FOB Destination, Inspection/Acceptance: Origin. Intended Sources: H&R Parts Co. Inc., CAGE 32821; Aero Components, LLC, CAGE 59213; The Boeing Co., CAGE 81205; Honeycomb Company of America, Inc., CAGE 99115; Infinity Fabrication, Inc., CAGE 06DM5; D-J Engineering, Inc., CAGE 0C7H8; Camnetics Manufacturing, Corp., CAGE 0P657; Volumatic, Inc., CAGE 1P642; FMW, Inc., CAGE 1QJK4; Malones CNC Machining, Inc., CAGE 2V045. This is a request for proposal for an Indefinite Quantity Contract. Estimated Annual Quantities for the 5-year base period will be 40 each. Export Control drawings apply. Specifications, plans, or drawings relating to the procurement described will be furnished by the Government. Request is for a written proposal. OFFERORS MUST COMPLETE A COPY OF THE SOLICITATION IN ORDER TO BE CONSIDERED FOR AWARD. A copy of the solicitation will be available via the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/rfp on the issue date cited in the solicitation. The solicitation will be issued on or about February 23, 2026. All responsible sources may submit an offer, which will be considered. Supplier Performance Risk System (SPRS) applies. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. POC: Renee Griffin; Email address: renee.griffin@dla.mil.
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.