- 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
SPE7L126Q0868 | Injector Assembly Fuel
Federal opportunity from DIBBS • DEPT OF DEFENSE.DEFENSE LOGISTICS AGENCY.DLA LAND.DLA LAND COLUMBUS.DLA LAND AND MARITIME. Place of performance: United States. Response deadline: Mar 20, 2026. Industry: NAICS 333618.
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 333618 (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 333618
Description
DIBBS bridge listing for solicitation SPE7L126Q0868. Synopsis: NSN: 2910-01-469-8069 Approved Source(s) – FAIRBANKS MORSE LLC 7PZX0 P/N T77750 ---------------------------------------------------------------------------------------------------------- The AMC/AMSC for the NSN listed above is “3/D” If you are interested in making this NSN please fill out the attached market survey and return to the contract specialist listed in the sources sought notice. Please review the NSN listed above and provide any sources that may be able to manufacture these items. The approved sources for this NSN are currently listed above. All information may be submitted directly to the Contract Specialist listed above. This information must be provided by the response date indicated above. Should a company wish to be reviewed and qualified as an “Approved Source”, they may submit an application package through the DLA Land and Maritime Alternate Offer/Source Approval Request (SAR) Program. A SAR package contains all technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality or better than the Original Equipment Manufacturer (OEM). The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item which DLA Weapons Support Columbus is procuring. For further information, please reference the DLA W 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.