Skip to content
Department of Defense

“NSN 3040-01-551-3579, ADAPTER,SPLINE, WSDC: 40A, HELICOPTER, BLACKHAWK, UH-60A, UH-60L, HH/UH-60M, UH-60V.”

Solicitation: SPE4A526R0166
Notice ID: d09ab2480d8943798bd733da54561fe1
TypeSources SoughtNAICS 333613PSC3040Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateVAPostedApr 03, 2026, 12:00 AM UTCDueApr 08, 2026, 07:00 PM UTCCloses in 6 days

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 08, 2026. Industry: NAICS 333613 • PSC 3040.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPE4A526R0166. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 333613 (last 12 months), benchmarked to sector 33.

12-month awarded value
$56,419,910
Sector total $48,220,088,547 • Share 0.1%
Live
Median
$350,000
P10–P90
$32,019$350,000
Volatility
Volatile91%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+67%($14,229,329)
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 VA
Live POP
Place of performance
Richmond, Virginia • 23237 United States
State: VA
Contracting office
Richmond, VA • 23237 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
VA20260156 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Virginia • Isle of Wight
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
+30 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 30 more rate previews.
Davis-BaconBest fitstate match
VA20260156 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Isle of Wight
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260169 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • York
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260010 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Brunswick, Charlotte, Cumberland +7
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD
Davis-Baconstate match
VA20260002 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Halifax
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD

Point of Contact

Name
Samuel Kogi
Email
samuel.kogi@dla.mil
Phone
4457379377
Name
Nakeesha Mitchell Palmore
Email
Nakeesha.Palmore@dla.mil
Phone
445-737-4342

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 333613

Description

DLA Weapons Support, Richmond is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for TADAPTER,SPLINE. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 333613.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. 

If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by close of business, April 08, 2026. All responses under this Sources Sought Notice must be emailed to Samuel Kogi at Samuel.kogi@dla.mil.

APPENDIX 1: Purpose and Objectives

Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the new manufacture of the item(s).  Generally, this entails the procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping.  Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets.  The unit prices will be established at the time of a contract award.

The specific requirement for this effort is below:

Part Number:92351-15284-101

Nomenclature: ADAPTER,SPLINE

NSN: 3040-015513579

Estimated Requirement: 458 each

APPROVED SOURCES:
Sikorsky Aircraft Corporation, CAGE code 78286

Technical Orders and Qualification Requirements are not available.

DLA-Aviation can only receive Source Approval Requests (SAR) through DoDSafe link due to internet/web safety concerns. To submit your SAR please send an email to: dlaavnsmallbus@dla.mil, subject line "Request a SAR drop off". Include CAGE code, the NSN and the email address where you want to receive the DoDSafe link. After your email is received, a DoDSafe drop off will be returned, where you can download your SAR file.

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.