- 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
5 NSN Peerless
Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: {}. Response deadline: Mar 18, 2026. Industry: NAICS 332996 • PSC 4730.
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 332996 (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.
Point of Contact
Agency & Office
More in NAICS 332996
Description
PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for the following National Stock Numbers (NSN). The purpose of this contract is to provide stock replenishment coverage in support of military depots.
CLIN 0001 4730013209517 TRAP,MOISTURE
CLIN 0002 5330014328273 GASKET
CLIN 0002 5330014328273 GASKET
CLIN 0003 5945014460954 RELAY,ELECTROMAGNET
CLIN 0004 6110014480691 PANEL,POWER DISTRIB
CLIN 0004 6110014480691 PANEL,POWER DISTRIB
CLIN 0005 4330016933221 FILTER ELEMENT,FLUI
Approved Sources(s):
NSN MANUFACTURER CAGE PART NUMBER
4730013209517 PEERLESS MFG CO 46219 D251-10000-1
5330014328273 PEERLESS MFG CO 46219 D510-40000-513
5330014328273 PEERLESS MFG CO 46219 D510-40000-13
5945014460954 PEERLESS MFG CO 46219 D510-10902-72
6110014480691 PEERLESS MFG CO 46219 D510-10902-2
6110014480691 PEERLESS MFG CO 46219 MF-DDG51-SS-NNNNN-005
4330016933221 PEERLESS MFG CO 46219 D510-S0111-1
The scope of this acquisition is for a firm-fixed price, Indefinite Quantity
Contract (IQC) using FAR Part 15 procedures. The Government is pursuing
an IQC for a one-year (1-year) base period. This acquisition is for supplies
for which the Government does not possess complete unrestrictive
technical data; therefore, the Government intends to solicit and contract
with only approved sources under the authority of U.S.C. 3204(a)(1).
The solicitation will be available on or around February 13, 2026, at
https://www.dibbs.bsm.dla.mil/rfp/. Hard copies are not available.
Increments and delivery schedule will be noted on the RFP. FOB Origin is
required with First Destination Transportation. Inspection/Acceptance
requirements will be noted on RFP.
Offers must be submitted on a hard copy of the Request for Proposal (RFP),
scanned, and emailed to the Acquisition Specialist, Taura Mitchell at:
taura.mitchell@dla.mil or uploaded through DIBBS. To submit an offer
through DIBBS, search for the solicitation and then click the Red "Offer"
button on the search results screen (Note: users must be logged in to DIBBS
to submit the offer through DIBBS). For additional guidance, refer to
https://dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-
User-Help.pdf.
All responsible sources may submit a proposal, which shall be considered.
While price may be a significant factor in the evaluation of offers, the final
award decision will be based upon a combination of price, past
performance, delivery and other evaluation factors as described in the
solicitation.
Based upon market research, the Government is not using the policies
contained in Part 12, Acquisition of Commercial Items, in its solicitation for
the described supplies or services. Interested persons may identify to the
contracting officer their interest and capability to satisfy the Government's
requirement with a commercial item within 15 days of this notice.
One or more of the items under this acquisition may be subject to an
Agreement on Government
Procurement approved and implemented in the United States by the Buy
American Act. All offers shall be in the English language and in
U.S. dollars.
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.