- 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
BEARING,PLAIN,ROD E
Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 19, 2026. Industry: NAICS 332991 • PSC 3120.
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 332991 (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 332991
Description
Solicitation Number SPE4A626Q0549
Solicitation will result in a Purchase Order IAW FAR 13.5. 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 date is anticipated to be March 19, 2026. A copy of the solicitation will be available via the DIBBS Website https://www.dibbs.bsm.dla.mil/ on the issue date cited in the RFQ. From the DIBBS Homepage, select RFQs. Then search for and choose the RFQ you wish to download. RFQs 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.
Surplus dealers, small business dealers and distributors (having existing stock of surplus or newly manufactured material) are invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, Government surplus Material or adequate traceability documentation to show that the product is acceptable. In addition, respondents should identify quantity available and price. The government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government.
NSN: 3120-01-417-0135. BEARING,PLAIN,ROD E. Approved Sources: LORD CORPORATION (CAGEs 30061, 76005), SIKORSKY AIRCRAFT CORPORATIO (CAGE 78286). Terms are FOB Origin, Inspection and Acceptance at Origin. First Destination Transportation applies. Item has QCC of REK. Requested quantity is 411 each. This item is an Army Critical Safety Item. This item includes Contractor First Article Testing, Government Production Lot Testing, and includes export control of technical data. Requested delivery of 565 days ARO. This NSN is commercial of a type and will utilize solicitation and award procedures IAW FAR 13.5. Other Than Full and Open Competition, Unrestricted.
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.