Skip to content
Department of Defense

16--SDSR,AIRCRAFT EQUIP

Solicitation: SPRPA126RRA34
Notice ID: e41eee34e35d4e69b319df9dfdb5730b
TypeSolicitationNAICS 336413PSC1680DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStatePAPostedMar 10, 2026, 12:00 AM UTCDueApr 09, 2026, 06:00 PM UTCCloses in 30 days

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Apr 09, 2026. Industry: NAICS 336413 • PSC 1680.

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: SPRPA126RRA34. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$438,349,646
Sector total $24,127,583,396 • Share 1.8%
Live
Median
$127,005
P10–P90
$35,148$953,410
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.8%
share
Momentum (last 3 vs prior 3 buckets)
+102%($148,121,650)
Deal sizing
$127,005 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

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
PA20260004 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Bucks, Chester, Delaware +2
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
MILLWRIGHT
Base $54.54Fringe $38.78
+57 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 57 more rate previews.
Davis-BaconBest fitstate match
PA20260004 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Bucks, Chester, Delaware +2
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
MILLWRIGHT
Base $54.54Fringe $38.78
Rate
CARPENTER
Base $57.36Fringe $30.09
+56 more occupation rates in this WD
Davis-Baconstate match
PA20260081 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Carbon
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+40 more occupation rates in this WD
Davis-Baconstate match
PA20260104 (Rev 4)
Open WD
Published Jan 30, 2026Pennsylvania • Washington
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR MECHANICAL- Duct, Pipe & Mechanical System Insulation and Industrial Work (Including Duct and Pipe)
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
+32 more occupation rates in this WD
Davis-Baconstate match
PA20260028 (Rev 1)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Allegheny, Armstrong +64
Rate
Dredging: CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+4 more occupation rates in this WD

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 336413

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||||| STOP-WORK ORDER (AUG 1989)|1|| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3||P090, P925, PE73, P740|N52212.30, N52212.RM, N52212.ET | WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)|INVOICE 2IN1|SPRPA1|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 (DEV 2026-O0040)(FEB 2026)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 MONTHS|45 DAYS AFTER DISCOVERY||||| SMALL BUSINESS SUBCONTRACTING PLAN (DEV 2026-O0037)(FEB 2026)|4||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040)(FEB 2026)|4||||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|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|||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026))|13|||||||||||||| ROYALTY INFORMATION (APR 1984)|1|| 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 not available for this solicitation/requirement. This requirement requires Government source approval. Quotes/proposals received from sources which are not Government-approved sources of supply will be deemed technically 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 actual manufacturer?s letterhead) to the buyer/point of contact indicated on the solicitation 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 conducted at 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 Unique Identification and Valuation" in all solicitations and contracts, be deleted from all non-CLSSAFMS spares requirements processed by NAVSUP WSS and DLA-Aviation. The affected parts are wholly owned by FMS customer countries, arenot covered by a Cooperative Logistics Supply Support Arrangement (CLSSA), thesesame assets will be delivered to the customer country for their sole use. The IUID definition at DFARS 211.274-1 says IUID "is a system of marking, valuing and tracking items delivered to DoD." These spares are non-CLSSA FMS assets 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 to ship 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, and will never be entered into the DoD supply chain. Based on this, there is no needfor these non-CLSSA FMS country assets to be specially marked for tracking by DoD. 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 technically unacceptable, and therefore ineligible for award. Any distributors of approved source(s) MUST submit a copy of their authorized distributor letter, on the source?s letterhead, to the buyer point of contact indicated on the 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.