- 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
HEAT EXCHANGER, AIRCRAFT
Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Mar 12, 2026. Industry: NAICS 336413 • PSC 1660.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 28 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336413
Description
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A
RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the Defense Logistics
Agency to identify potential manufacturing/supply sources, and if future efforts can be competitive or Set Aside for Small
Business. The proposed North American Industry Classification Systems (NAICS) Code is 336413 which has a corresponding
Size Standard of 1250 employees. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal,
Alabama, is seeking qualified sources for the acquisition of a HEAT EXCHANGER, AIRCRAFT, NSN: 1660-01-663-6692, Part
Number: 145PS150-9 in support of the A-BL weapon system. The rights to use the data needed to purchase this part from
additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. It is
uneconomical to reverse engineer this part. As a result, this acquisition is currently being procured under Federal Acquisition
Regulation (FAR) 6.302-1(a)(1) having only a limited number of responsible sources. The Government is interested in all
businesses to include 8(a), small business and small disadvantaged business, Service-Disabled Veteran-Owned, Hubzone, and
Women-Owned small business concerns. All contractors must meet prequalification requirements in order to be registered as a
potential source. Firms that possess the ability and can produce the required item(s) described above are encouraged to
identify themselves. Contractors are encouraged to seek source approval in order to compete for future solicitations by visiting
AvMC's public website:
https://www.avmc.army.mil/Directorates/SRD/TechDataMgmt
The contractor shall be capable of successfully performing and complying with any and all special requirements in accordance
with the terms and conditions set forth in the solicitation annotated above, at the unit prices established at time of a contract
award. The contractor will be responsible for recurring and nonrecurring engineering services associated with becoming a
qualified source. The contractor will also be responsible for all aspects of the manufacturing/production process, including but
not limited to: supply chain management, logistics, forecasting of parts, long-lead parts procurement, material forecasting,
obsolescence issues and final delivery of assets as well as any and all additional costs incurred resulting from contract
performance.
DISCLAIMER: THIS SSS IS ISSUED SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES. IT DOES NOT
CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL OR REQUEST FOR QUOTATION) OR A PROMISE TO
ISSUE A SOLICITATION IN THE FUTURE AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE
GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION
TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR
PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO
THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
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.