Skip to content
Department of Defense

5 Year Indefinite Delivery, Indefinite Quantity Contract for multiple NSNs

Solicitation: SPRMM126RRA08
Notice ID: c76b5c87662a49cda6c1b2cf6d92599b
TypeSolicitationNAICS 335311PSC6120DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStatePAPostedJan 27, 2026, 12:00 AM UTCDueFeb 27, 2026, 08:00 PM UTCCloses in 5 days

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 27, 2026. Industry: NAICS 335311 • PSC 6120.

Market snapshot

Awarded-market signal for NAICS 335311 (last 12 months), benchmarked to sector 33.

12-month awarded value
$73,759,079
Sector total $20,341,046,444 • Share 0.4%
Live
Median
$350,000
P10–P90
$29,606$683,571
Volatility
Volatile187%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($73,759,079)
Deal sizing
$350,000 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 PA
Live POP
Place of performance
Mechanicsburg, Pennsylvania • United States
State: PA
Contracting office
Mechanicsburg, PA • 17055-0788 USA

Point of Contact

Name
Sean McDonnell
Email
sean.mcdonnell@dla.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA MARITIME
Office
DLA MARITIME MECHANICSBURG • SPRMM1 DLA MECHANICSBURG
Contracting Office Address
Mechanicsburg, PA
17055-0788 USA

More in NAICS 335311

Description

See the attached RFP for full requirement details and specifications.

GENERAL INFORMATION FOR OFFERORS
1. The purpose of this solicitation is to establish an indefinite-delivery type contract for the supplies listed in
Section B, that will provide stock coverage for customers both overseas and in the United States, including Alaska
and Hawaii, and our possessions.
2. Under this solicitation, the resulting contract will be a Firm-Fixed-Price, Indefinite-Quantity Contract issued
under FAR Part 15, with a 3-year base period and 2 one-year option periods. The total contract period will be five
years. The terms “year” or “contract year,” as used in this solicitation, mean a period of 365 days beginning on the
contract start date and every 365 days thereafter, except for a leap year, in which the contract year shall be 366
days.
3. The method used to place orders under this contract will be: Delivery Orders placed by DLA Weapons Support at
Mechanicsburg (DLA-Mech). DLA-Mech will issue delivery orders with the awardee for the supplies cited in Section
B. This contract is not obligating any funds. Funding will be provided on each delivery order placed under the
contract.
4. The proposals received in response to this solicitation will be evaluated under Lowest Price Technically
Acceptable “LPTA” procedures as described in Section M of this solicitation.
5. Please note that contractors shall complete all contractor required fill-ins and submit the pricing spreadsheet
along with all pages of the solicitation to sean.mcdonnell@dla.mil, regardless of the number of CLINs that are
proposed on. These sections are pertinent to understanding the requirements of the solicitation.
6. Some clauses/provisions may not appear in the correct section (D-M) due to system constraints.
7. NOTE TO POTENTIAL OFFERORS: Due to repetitive demands, the Government may place multiple awards.
Offers should be aware that the only guarantee upon award is for the contract minimum split equally among
awardees.
8. Pursuant to FAR 16.504 (c)(1)(ii)(C), a single award will be made for the planned ID-IQs because: Only one
contractor is capable of providing performance at the level of quality required because the supplies and
services are unique or highly specialized. Spectral Labs Inc. is the Sole Source, Original Equipment
Manufacturer (OEM) of the items and multiple awards would not be in the best interest of the Government.
CONTRACT MINIMUM VALUE – Qty 1 each
CONTRACT MAXIMUM VALUE - $6,975,450.00 (calculated as 7.5 x ADV for each NSN)

FSC      NIIN        Part Number Item                                   Unit of Measure
6350 016903471 8602252        DETETCTOR SUPPORT  EA
6120 016904087 8602255        PSMC ASSEMBLY            EA
5980 016905244 8602261        DISPLAY ASSEMBLY        EA
5998 016905248 8602246        CONTROL ASSEMBLY      EA
5930 016905713 8602245        SWITCH ASSEMBLY         EA

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.