- 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
MODULE ASSEMBLY,JET
Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: {}. Response deadline: Apr 22, 2026. Industry: NAICS 336611 • PSC 1720.
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 336611 (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 336611
Description
NSN 1720012204591
MODULE ASSEMBLY,JET
The material being procured is part number 422439-5, currently manufactured by CAGEs 20722, 1B899, and 1WL29. The required quantity is 320 each, to be shipped to:
DLA DISTRIBUTION PUGET SOUND
467 W STREET
BLDG 467
BREMERTON WA 98314-6001
US
The required delivery time is 625 days. FOB Origin (First Destination Transportation) and Inspection and Acceptance at Origin are required. This solicitation also includes CLIN lines for First Article Testing, Production Test and Inspection Report, Certificate of Quality Compliance, and Welding Procedure requirements.
This solicitation is set aside for small businesses. This material is not commercial; therefore, the Government is using the policies contained in FAR Part 15 in its solicitation for this item. However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government’s requirements with the commercial item within 15 days of this notice. This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp on or about 23 April 2026 (04/23/2026). Hard copies of this solicitation are not available.
While price may be a significant factor in the evaluation of offers, proposals will be evaluated according to “best value” procedures on the basis of Price, Past Performance, and Delivery. All offers shall be in English and in US dollars.
UPLOAD PROPOSAL THROUGH DIBBS (PREFERRED METHOD)
To submit an offer through DIBBS, search for the solicitation and then click the Red "Offer" button on the search results screen (Note: Users must be logged in to DIBBS to submit the offer through DIBBS). For additional guidance, refer to:
https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf
Proposals may be submitted via e-mail. An e-mailed proposal shall not be transmitted directly to the contracting officer. Submit e-mailed proposals, not to exceed 15MB, to Nathanial.e.young@dla.mil . One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the US by the Trade Agreements Act of 1979.
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.