- 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
LINER,COMBUSTION CH
Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Apr 30, 2026. Industry: NAICS 336412 • PSC 2840.
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 336412 (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.
View more for this contract3 more WD matches and 40 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336412
Description
Synopsis
1. Estimated issue date 1 May 2026 and estimated closing/response date 10 Jun 2026.
2. RFP #: SPRTA1-26-R-0239
3. Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145
4. PR#: FD2030-26-00776
5. Nomenclature/Noun: LINER,COMBUSTION CH
6. NSN: 2840-01-049-1153OJ
7. PN: 6894068
8. Application (Aircraft): T56 engine
9. AMC: 1/P
10. History: Last 3 buys –
• Contract number - SPRTA123C0074 Award Date 11 Sep 2023 to PACIFIC SKY SUPPLY, INC.
• Contract number - SPRTA123C0028 Award Date 19 May 2023 to PACIFIC SKY SUPPLY, INC.
• Contract number - SPRTA121C0027 Award Date 7 Apr 2021 to PACIFIC SKY SUPPLY, INC.
11. Description: serves to contain combustion for engine operation.
12. Dimensions: 24.8000 in. long X 5.0000 in. wide X 5.0000 in. high, weighing 4.0000 lbs.
13. Material: Corrosion Resistant Steel
14. A firm fixed price contract is contemplated. The item, estimated quantities and required deliveries are as follows:
Quantity: MIN: 75 / BEQ: 100 each / MAX: 150 each
LINE ITEM 0001: LINER,COMBUSTION CH
a) Destination: SW3211
b) Delivery: All Units ON OR BEFORE 01 Oct 2027.
c) Required Quantity: 10 each starting 01 Jan 2027
15. Qualified Sources:
1. ROLLS-ROYCE CORPORATION (Cage: 63005)
2. PACIFIC SKY SUPPLY INC. (Cage: 66905)
16. Set-aside: No Set-aside
17. Critical Safety Item (CSI) applicability: CSI criteria does APPLY to this item.
18. Mandatory Language:
Electronic procedures will be used for this solicitation. Only written or faxed requests received directly from the requestors are acceptable. Note: An Ombudsman has been appointed to hear concerns from Offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Ombudsman at (385) 591-1672. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
19. Justification: Supplies (or Services) required are available from only one or a limited number of responsible sources(s) and no other type of supplies or services will satisfy agency requirements.
20. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. One or more of the items under this acquisition is subject to Free Trade Agreements.
21. Based upon market research, the Government IS NOT using the policies contained in Far Part 12, Acquisition of Commercial Items, 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.
22. Item Unique Identification (IUID): Yes
23. Export Control DOES NOT apply.
24. Anticipated Award date: estimated 45 calendar days after solicitation closing date
25. The solicitation will be available for download on the release date from www.sam.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Dillon Endecott at Dillon.Endecott.1@us.af.mil.
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.