Skip to content
Department of Defense

Combined Synopsis/Solicitation for NAVAIR Additive Manufacturing Capability

Solicitation: SPE4AX26RAMP1
Notice ID: c6a4df5f6062435a8f0da3bb6fc60cd0

Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Feb 12, 2026. Industry: NAICS 333248 • PSC 9999.

Market snapshot

Awarded-market signal for NAICS 333248 (last 12 months), benchmarked to sector 33.

12-month awarded value
$241,404
Sector total $20,341,046,444 • Share 0.0%
Live
Median
$80,370
P10–P90
$39,624$101,192
Volatility
Volatile77%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($241,404)
Deal sizing
$80,370 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
St James, Maryland • 20670 United States
State: MD
Contracting office
Richmond, VA • 23237 USA

Point of Contact

Name
Emily Beall
Email
emily.beall@dla.mil
Phone
445-737-0265

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AV RICHMOND • DLA AVIATION
Contracting Office Address
Richmond, VA
23237 USA

More in NAICS 333248

Description

This is a Combined Synopsis and Solicitation Notice for commercial items prepared in accordance with format in FAR Subpart 12.6 for advanced airworthy Additive Manufacturing (AM) capability. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The proposed action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. Solicitation number SPE4AX-26-R-AMP1 is issued as Request for Proposal (RFP).

This agency proposes to acquire the delivery, installation, and certification of six (6) Laser Powder Bed Fusion (LPBF) additive manufacturing systems. Specifically, three (3) Colibrium Additive M2 Series 5 Machines and three (3) Colibrium Additive M Line Series 1 Machines. Additionally, potential sources will be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, shipping serviceable assets, and the potential to provide procurement/manufacture of component parts in the future. In addition to the machines, this effort is also procuring material characterization/data curves (via license), manufacturing process instructions (via license), and specifications (some licensed) to additively manufacture NAVAIR components. Vendor is also responsible for the execution of a training plan to train manufacturing engineers, quality engineers, design engineers, materials engineers, and machine operators to be able to repeatedly produce airworthy aviation components in various material-process combinations.

This requirement is Sole Source to Colibrium Additive, a GE Aerospace Company. The proposed action is intended to be awarded on a sole source basis to Colibrium Additive. The proposed supplies and services are intended for the addition to existing sole source contract SPE4AX-23-D-9421 (IAW FAR 6.302-1). It is the Government’s intent to use a letter solicitation format to the sole source Original Equipment Manufacturer (OEM); therefore, if any non-OEM source is interested in any of the services, please notify the Contracting Officer prior to the Combined Synopsis/Solicitation closing date. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government.  DLA Weapons Support (Richmond) does not currently have an approved technical data package for this item, please do not submit requests. This solicitation is solicited as an unrestricted acquisition and will result in a Firm Fixed-Price (FFP) contract with an option to add part component development in the future. The Period of Performance is 24 months after the date of contract modification, FOB Origin.  Supplier Performance Risk System (SPRS) applies. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit an offer that will be considered.  A copy of the solicitation will not be available via the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil on the issue date cited in the solicitation. A copy of this solicitation will only be available to requesters by contacting the Contracting Officer directly. The solicitation issue date is on January 20, 2026 and the anticipated closing date is on or around February 6, 2026.

The closing date has been extended to February 11, 2026.

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.