- 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
AIRCRAFT, FIGHTING FALCON, F-16; CONTROL ASSEMBLY, QU
Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 16, 2026. Industry: NAICS 336413 • PSC 1680.
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: 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.
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.