- 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
SPE4A726R0538 – 1650 - HEAD, LINEAR, ACTUATIN CYLINDER / WSIC T
Federal opportunity from DIBBS • DEPT OF DEFENSE.DEFENSE LOGISTICS AGENCY.DLA AVIATION.DLA AV RICHMOND.DLA AVIATION. Place of performance: Richmond, Virginia • 23237 United States. Response deadline: May 25, 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 SPE4A726R0538. Item or requirement: – 1650 - HEAD, LINEAR, ACTUATIN CYLINDER / WSIC T. Synopsis: NSN 1650-007707840; HEAD, LINEAR, ACTUATIN CYLINDER; WSIC: T; IQC PR: 1000229348. THIS SOLICITATION WILL RESULT IN AN INDEFINITE QUANTITY CONTRACT (IQC) FOR A BASE PERIOD OF 5 YEARS WITH ZERO (0) OPTIONS. THE ESTIMATED ANNUAL QUANITTY IS 273 EACH; THE MINIMUM DELIVERY ORDER QUANTITY IS 41; THE MAXIMUM DELIVERY ORDER QUANTITY IS 273. GOVERNMENT FIRST ARTICLE TEST APPLIES. THE TOTAL DELIVERY DATE WILL BE 542 DAYS INCLUDE: 196 DAYS TO DELIVER THE GFAT, 150 DAYS FOR GOVENRMENT TO REVIEW AND 196 DAYS TO DELIVER THE PRODUCTION UNITS TO THE GOVERNMENT. INSPECTION AND ACCEPTANCE WILL BE AT ORIGIN, FOB WILL BE AT ORIGIN. THIS IS A DLA DIRECT PROCUREMENT. THE SOLICITATION WILL BE ISSUED AS 100% SMALL BUSINESS SET-ASIDE. THIS IS NOT A CRITICAL SAFETY ITEM. PRICE, PAST PERFORMANCE AND DELIVERY WILL BE EQUALLY WEIGHTED. THE FINAL CONTRACT AWARD DECISION MAY BE BASED UPON A COMBINATION OF PRICE, PAST PERFORMANCE, SPRS AND OTHER EVALUATION FACTORS AS DESCRIBED IN THE SOLICITATION. THIS REQUEST IS FOR A WIRTTEN QUOTE. PLEASE SUBMIT OFFERES IN WRITING. A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT ON THE ISSUE DATE CITED IN THE SOLICITATION. FROM THE DIBBS HOMEPAGE, SELECT "REQUESTS FOR PROPOSAL (RFP) / INVITATION FOR BID (IFB)" FROM THE MENU UNDER THE TAB "SOLICITATIONS." THEN SEARCH FOR AND CHOOSE THE RFP YOU WISH TO DOWNLOAD. SOLICITATIONS ARE 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.