Skip to content
Department of Defense

ROLL TRIM ACTUATOR

Solicitation: SPRPA126QRA40
Notice ID: cce6ea5011554468a2a6cfb9703d1536
TypeSolicitationNAICS 334511PSC6615DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStatePAPostedFeb 19, 2026, 12:00 AM UTCDueMar 23, 2026, 08:30 PM UTCCloses in 29 days

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 23, 2026. Industry: NAICS 334511 • PSC 6615.

Market snapshot

Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,902,979,568
Sector total $20,354,308,656 • Share 9.3%
Live
Median
$71,089
P10–P90
$27,174$1,872,385
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
9.3%
share
Momentum (last 3 vs prior 3 buckets)
+6156%($1,843,097,188)
Deal sizing
$71,089 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
Not listed
State: PA
Contracting office
Philadelphia, PA • 19111-5098 USA

Point of Contact

Name
Telephone:
Email
MALCOLM.FILS@DLA.MIL
Phone
2157370422

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AVIATION PHILADELPHIA • DLA AVIATION AT PHILADELPHIA, PA
Contracting Office Address
Philadelphia, PA
19111-5098 USA

More in NAICS 334511

Description

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||x|ISO 9001 or equivalent||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3||P090. P640. PE73|N52212.30. N52212.RM. N52212.ET| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and receiving report (combo)|Invoice 2in1|TBD|SPRA1|TBD|TBD|SEE Schedule|TBD|TBD|TBD|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 MONTHS|45 DAYS AFTER DISCOVERY OF DEFECT||||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED PRODUCTS (MAY 2008))|1|| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA --MODIFICATIONS (NOV 2021))|7|||||||| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|334511|1350||||||||||| COST ACCOUNTING STANDARD NOTICES AND CERTIFICATION (DEV 2026-O0006)(FEB 2026)|1|| FACSIMILE PROPOSALS (OCT 1997)|1|| REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018)|1|EMAIL| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA (MAY 2024))|1|| This solicitation is being issued under Emergency Acquisition Flexibilities(EAF), formerly known as SEPA. Drawings and technical data are notavailable for this solicitation/requirement. This requirement requiresGovernment source approval. Quotes/proposals received from sourceswhich are not Government-approved sources of supply will be deemedtechnically unacceptable, and therefore ineligible for award. Quotes/proposals from dealers/distributors for government approved source(s)MUST submit a copy of their authorized distributor letter (on the actualmanufacturer's letterhead) to the buyer/point of contact indicated on thesolicitation via email, at time of quote/proposal submittal. For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. for items for which Government inspection and acceptance will be conductedat the source, DLAD clause 52.?-9004, Product Verification Testing, is incorporated by reference. DLAD clauses can be viewed at http://www.dla.mil/Acquisition/Pages/DLAD.aspx. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. NAVSUP WSS Code N2 has determined that the requirements at DFARS 211.274 whichmandates the use of DFARS clause 252.211-7003 "Item UniqueIdentification and Valuation" in all solicitations and contracts, be deletedfrom all non-CLSSAFMS spares requirements processed by NAVSUP WSS and DLA-Aviation. The affected parts are wholly owned by FMScustomer countries, arenot covered by a CooperativeLogistics Supply SupportArrangement (CLSSA), thesesame assets will be deliveredto the customer country fortheir sole use. The IUID definition at DFARS211.274-1 says IUID "is asystem of marking,valuing and tracking itemsdelivered to DoD." These sparesare non-CLSSA FMSassets and will never be delivered to DoD. The assets are delivered to a domestic U.S. freight forwarder who is under contract by the FMS customer toship the assets to the country of record. The FMS customer countries retain ownership of their parts throughout the asset's lifecycle. These parts will never be owned by the U.S. Government,andwill never be entered into the DoD supply chain. Based on this, there is noneed FOR these non-CLSSA FMS country assets to be specially marked for trackingbyDoD. All potential offers shall provide newly manufactured spares only. Refurbished, remanufactured, or repaired material will not be acceptable;Offers for such are ineligible for award. Offerors are advised that offers received from sources which are not government-approved sources of supply will be deemed technicallyunacceptable, and therefore ineligible for award. Anydistributors of approved source(s) MUST submit a copyof their authorized distributor letter, on the source'sletterhead, to the buyer point of contact indicated onthe solicitation via email, at time of proposal submittal. \

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.