Skip to content
Department of Defense

NSN: 4440-01-54-3419, Air Drier Parts Kit

Solicitation: SPE8E826R0001
Notice ID: 984952044d6e4bad8e895a0d7c1a07c4

Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 13, 2026. Industry: NAICS 333994 • PSC 4440.

Market snapshot

Awarded-market signal for NAICS 333994 (last 12 months), benchmarked to sector 33.

12-month awarded value
$326,762
Sector total $20,448,118,707 • Share 0.0%
Live
Median
$260,833
P10–P90
$260,833$260,833
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($326,762)
Deal sizing
$260,833 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 PA
Live POP
Place of performance
Philadelphia, Pennsylvania • United States
State: PA
Contracting office
Philadelphia, PA • 19111-5096 USA

Point of Contact

Name
Romona Skeete
Email
romona.e.skeete@dla.mil
Phone
4457378326
Name
Kelly Callahan
Email
kelly.callahan@dla.mil
Phone
4457370279

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
TROOP SUPPORT CONSTRUCTION & EQUIPMENT
Office
DLA TROOP SUPPORT
Contracting Office Address
Philadelphia, PA
19111-5096 USA

More in NAICS 333994

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued.  The solicitation number for this requirement is SPE8E8-26-R-0001 and is hereby issued as a Request for Proposal (RFP).  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06; 01 October 2025.

In accordance with DGPA 13.501-P, this acquisition is being processed under the authority of FAR 13.5, "Test Program For Certain Commercial Items" and, therefore, will utilize simplified procedures for soliciting competition, evaluation, and award documentation and notification that comply with FAR Subpart 13.1.

This solicitation is issued as full and open competition, with the intention of awarding a Fixed Price with Economic Price Adjustment Indefinite Quantity Contract with a two-year base period and three (3), one-year options, for a total possible five (5) year contract.

Offers will be evaluated by Price. It is anticipated that the best value to the Government is expected to result from the selection of the proposal, whose offer conforms to all of the terms and conditions set forth in this solicitation, offering the lowest price. Proposals that deviate from the terms and conditions of the solicitation will be excluded from consideration for award.

This procurement is for one National Stock Number (NSN) 4440-01-542-3419, described as an Air Drier Parts Kit. There are two (2) Original Equipment Manufacturers (OEMs) for this item. The OEMs and Part Numbers are as follows:

BRIGHTON CROMWELL LLC 3NNX8 P/N 10018499

HALDEX BRAKE PRODUCTS CORPORATION 06721 P/N RN60Z

The associated North American Industrial Classification System (NAICS) code for this procurement is 333994 - Industrial Process Furnace and Oven Manufacturing with a business size standard of 500 employees.

The following is the list of items and descriptions requested under this RFP:

CLIN 0001 - Air Drier Parts Kit

                                 Annual Estimated Quantity       Unit of Issue       Unit Price

BASE PERIOD

      BASE YEAR 1               6,284                                           KT

      BASE YEAR 2               6,284                                           KT

OPTION YEARS

     OPTION YEAR 1

     OPTION YEAR 2

     OPTION YEAR 3

The two-year base price will not be subject to an EPA adjustment. 

Pricing for each of the three option years will be established by adjusting each of the previous year’s items unit prices, using an economic price adjustment based on economic trends captured by Producer Price Index for this commodity (PCU333994333994).

DLA Procurement Note L25, Evaluation of Offers – Economic Price Adjustment (AUG 2017)

DLA Procurement Note C09, Economic Price Adjustment - Department of Labor Index (AUG 2024)

All prices must be submitted on an FOB Origin basis. The place of Government inspection and acceptance will be at Destination. The anticipated date of delivery is within 220 days after date of order (ADO). 

The following provisions and clauses are incorporated in full text or by reference in this solicitation:

FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (MAR 2023)

  • Addendum to FAR 52.212-1 added

FAR 52.212-2, Evaluation-Commercial Products and Commercial Services

  • Offers will be evaluated by Price Only
  • Addendum to FAR 52.212-2 added

FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAR 2025) (DEVIATION O0004)

  • This provision shall be completed with offer. Failure to complete this section will render your offer as incomplete.
    • Alternate I (FEB 2024)
  • Addendum to FAR 52.212-3 added

FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023).

FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0004)

  • Additional FAR clauses cited in this clause will be applicable to this acquisition

For those interested in submitting a proposal, all documents are available on the DLA Internet Bid Board System (DIBBS), at the following: https://www.dibbs.bsm.dla.mil/

Proposals are to be received electronically via email or DIBBS no later than 5:00 PM Eastern Standard Time (EST) on 13 February 2026. Email submission of initial proposals, correspondence, and proposal revisions, is authorized. All proposals are required to be submitted via email to Ms. Romona Skeete, romona.e.skeete@dla.mil.

Faxed proposals will not be accepted. 

Handcarried Offers will not be accepted.

[Examples of Handcarried Offers include: In-Person delivery by contractor; or Fed Ex, Airborne, UPS, DHL, Emery, other commercial carrier; or USPS Express Mail, USPS Certified Mail.]

Any questions regarding this synopsis/solicitation, shall be submitted by e-mail to the Contract Specialist, Ms. Romona Skeete, at romona.e.skeete@dla.mil.

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.