Skip to content
Department of Defense

AIRCRAFT, FIGHTING FALCON, F-16; CONTROL ASSEMBLY, QU

Solicitation: SPE4A726R0374
Notice ID: 8a17435afe6b46a59a688b5d59ad07f7
TypePresolicitationNAICS 336413PSC1680Set-AsideSBADepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateVAPostedJan 28, 2026, 12:00 AM UTCDueMar 16, 2026, 06:00 PM UTCCloses in 20 days

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 16, 2026. Industry: NAICS 336413 • PSC 1680.

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: SPE4A726R0374. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$354,996,117
Sector total $20,505,221,051 • Share 1.7%
Live
Median
$97,877
P10–P90
$29,500$958,158
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.7%
share
Momentum (last 3 vs prior 3 buckets)
+3115%($333,578,037)
Deal sizing
$97,877 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 VA
Live POP
Place of performance
Richmond, Virginia • 23237 United States
State: VA
Contracting office
Richmond, VA • 23237 USA

Point of Contact

Name
JENIER MITCHELL
Email
jenier.mitchell@dla.mil
Phone
8046596388

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AV RICHMOND • DLA AVIATION
Contracting Office Address
Richmond, VA
23237 USA

More in NAICS 336413

Description

Solicitation for End Item: AIRCRAFT, FIGHTING FALCON, F-16; CONTROL ASSEMBLY, QU; NSN 1680-012884940. DURATION OF CONTRACT ORDERING PERIOD: 60 MONTHS OR 5 YEARS. NO OPTION TO EXTEND THE TERM OF THE CONTRACT. THE REQUESTED TOTAL DELIVERY SCHEDULE IS 725 DAYS PRODUCTION; Export Control does apply. Critical Application Item. The NSN is an Air Force Critical Safety Item (CSI). Configuration Control Applies. Government First Article Test requirements apply to this NSN. Production Lot Test (PLT) requirements DO NOT apply to this NSN. NAICS is 336413. This is a 100% Small Business Set Aside procurement after exclusion of sources.

Source(s) of Supply listed in the Item Description:

MASON ELECTRIC CO.                                              CAGE: 81579   P/N 16P1801-867

LOCKHEED MARTIN CORPORATION                      CAGE: 81755    P/N 16P1801-867

AEROSPACE & COMMERCIAL TECHNOLOGIES,    CAGE: 1XKR3  P/N 16P1801-867

AEROMETALS, INC.                                                 CAGE: 32664    P/N 16P1801-867

FOB Destination, Inspection/Acceptance: Origin. This is a request for proposal for an Indefinite Quantity Contract. Estimated Annual Quantities for the base period of five (5) years and zero (0) option periods will be 10 each. Specifications, plans, or drawings relating to the procurement described may or may not be available and will be furnished by the Government through C-Folders if applicable. Request for a written proposal, please submit offers to fax # (804) 279-4165. OFFERORS MUST COMPLETE A COPY OF THE SOLICITATION IN ORDER TO BE CONSIDERED FOR AWARD.  A copy of the solicitation will be made available via DLA Internet Bid Board System at https://dibbs.bsm.dla.mil/ issue date cited in the RFP.  From the DIBBS Homepage, select Search RFPs.  Then choose the RFP you wish to download.  RFPs are in portable document format (pdf).  To download and view these documents you will need the lasted version of Adobe Acrobat Reader.  This software is available free at http://www.adobe.com.  A paper copy of this solicitation will not be available to requestors. 

The solicitation issue date will be on or about February 14, 2026.  All responsible sources may submit an offer, which will be considered.  PPIRS will be used to evaluate Past Performance.  Based upon market research, the Government is not using the policies contained in Part 15, Contracting by Negotiation, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. 

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.