5 Year Indefinite Delivery, Indefinite Quantity Contract for multiple NSNs
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.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
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.
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.