- 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
5995-01-665-6760; 19F; AIRCRAFT, EAGLE F-15
Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 13, 2026. Industry: NAICS 334419 • PSC 5995.
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 334419 (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 30 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 334419
Description
This Synopsis is issued for an OTHER THAN FULL AND OPEN solicitation that will be issued under PR number 1000226676 to establish an Indefinite Quantity Contract (IQC) with 5 Base Years. ONLY VENDORS PROPOSING THE APPROVED SOURCE OF SUPPLY WILL BE CONSIDERED.
NSN: 5995-01-665-6760; CABLE ASSEMBLY, SPEC; CRITICAL APPLICATION ITEM REQUIREMENTS; APPROVED SOURCE OF SUPPLY WESTONE LABORATORIES INC (3T081); NAICS 334419
Required delivery is 250 days. Stock delivery locations will be to any facility in the Continental United States as cited on each delivery.
Pricing will be evaluated on the Estimated Annual Demand (EAD) – 1371 each. The Guaranteed Minimum will be cited in the solicitation.
There will be a 5-year base with NO option, for a total of five years. Terms are FOB Origin and Inspection/Acceptance Destination for DLA Direct.
This solicitation includes Procurement Notice L09, Reverse Auction. Since a Reverse Auction may be conducted, offerors are encouraged to access the Procurex system and review the Reverse Auction help tutorials at: https//dla.procurexinc.com to learn more about how to participate in an auction.
Solicitation scheduled release date is tentatively 13 April 2026. Electronic (DIBBS) proposals/quotes are unacceptable. Proposals are to be submitted to the Bid Custodian. A copy of the solicitation will be available via the BSM Internet Bid Board System (DIBBS) Homepage (https://www.dibbs.bsm.dla.mil). Select "Request for Proposal (RFP)" under the Solicitations heading. Then choose the RFP you wish to download. RFPs are in portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of this solicitation will not be available to requestors.
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.