- 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
SPE4A726R0508-SYNOPSIS | CLUTCH-STABILIZER JAW / 05F, C/KC-135 STRATOLIFTER AIRCRAFT
Federal opportunity from DIBBS • DEPT OF DEFENSE.DEFENSE LOGISTICS AGENCY.DLA AVIATION.DLA AV RICHMOND.DLA AVIATION. Place of performance: United States. Response deadline: May 22, 2026. Industry: NAICS 336413.
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 336413
Description
DIBBS RFQ listing for solicitation SPE4A726R0508-SYNOPSIS. Item or requirement: CLUTCH-STABILIZER JAW / 05F, C/KC-135 STRATOLIFTER AIRCRAFT. Synopsis: DIBBS RFQ listing for solicitation SPE4A726R0508-SYNOPSIS. Item or requirement: CLUTCH-STABILIZER JAW / 05F, C/KC-135 STRATOLIFTER AIRCRAFT. Synopsis: DIBBS RFQ listing for solicitation SPE4A726R0508-SYNOPSIS. Synopsis: NSN: 1650-00-208-9717, IQC PR: 1000228026, ITEM: CLUTCH-STABILIZER JAW PARTS SHALL BE MANUFACTURED IN ACCORDANCE WITH BASIC DRAWING 81205 90-4037, REVISION D, DTD 05/03/78, PART PIECE NUMBER 90-4037-2. THE SOLICITATION WILL BE ISSUED AS A 100% SMALL BUSINESS SET-ASIDE (FULL AND OPEN COMPETITION AFTER THE EXCLUSION OF SOURCES). THIS PROCUREMENT IS FOR AN INDEFINITE QUANTITY CONTRACT (IQC) FOR A BASE PERIOD OF 5 YEARS WITH ZERO (0) OPTIONS. THE ESTIMATED ANNUAL QUANTITY IS 40 EACH. FIRST ARTICLE TESTING IS REQUIRED. DELIVERY OF THE FIRST ARTICLE UNITS WILL BE 280 DAYS ADO. GOVERNMENT TESTING, EVALUATION, AND NOTIFICATION WILL BE 180 DAYS. DELIVERY OF THE PRODUCTION UNITS WILL BE 280 DAYS AFTER FIRST ARTICLE APPROVAL. FOB IS AT DESTINATION. FIRST ARTICLE TERMS: INSPECTION AT ORIGIN, ACCEPTANCE AT DESTINATION. PRODUCTION UNIT TERMS: INSPECTION AND ACCEPTANCE AT ORIGIN. THIS ITEM CITED REQUIRES DATA WHICH IS RESTRICTED TO CONTRACTORS CERTIFIED BY DOD TO ACCESS UNCLASSIFIED DATA PER DOD 5220.22M. CERTIFICATION IS OBTAIN 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.