- 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
SPE7M225R0014 | HOLDBACK BAR
Federal opportunity from DIBBS • DEPT OF DEFENSE.DEFENSE LOGISTICS AGENCY.DLA MARITIME.DLA MARITIME COLUMBUS.DLA LAND AND MARITIME. Place of performance: United States. Response deadline: Apr 10, 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.
Point of Contact
Agency & Office
More in NAICS 336413
Description
DIBBS bridge listing for solicitation SPE7M225R0014. Synopsis: SPE7M225R0014 1720-01-064-6070 CSI P/N 618541-3 HOLDBACK BAR ASSEMBLY The proposed procurement is for NSN 1720-01-064-6070, Holdback Bar Assembly. This is an Aircraft Launch and Recovery Equipment, Critical Safety Item (CSI) made in accordance with NAVAIR (80020) drawings. The part number is P/N 618541-3. Manufacturers not designated by NAVAIR as eligible may submit a Source Approval Request (SAR) Package to the DLA Competition Advocate’s office. Contract type will be firm-fixed priced (FFP) for a quantity of 111 EA. The solicitation will include ranges up to 150 EA. Item will be shipped to W25G1U in New Cumberland, PA. Requested delivery is 800 days after date of award. Solicitation will require FOB Destination with Inspection and Acceptance at Source (joint inspection) and NAVAIR Lakehurst for Material Receipt Inspection (MRI). Quality requirements include Contractor First Article Testing, Production Unit Testing, and Welding. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. Please refer to the DIBBS website for the complete solicitation. Note: Copies of this solicitation will be available only via the World Wide Web from opening to closing date. All responsible sources may submit an offer which Source: Defense Logistics Agency (DLA) via SAM-derived metadata and DIBBS record mapping.
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.