Skip to content
Department of Defense

AM GENERAL SOLE SOURCE - VARIOUS FSCS

Solicitation: SPE7LX26R0007
Notice ID: e5b36afcfbac4eaab53d734abe8af6b8
TypeSolicitationNAICS 332510PSC5340Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateOHPostedJan 27, 2026, 12:00 AM UTCDueMar 10, 2026, 03:59 AM UTCCloses in 14 days

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Mar 10, 2026. Industry: NAICS 332510 • PSC 5340.

Market snapshot

Awarded-market signal for NAICS 332510 (last 12 months), benchmarked to sector 33.

12-month awarded value
$86,335,655
Sector total $20,448,118,707 • Share 0.4%
Live
Median
$350,000
P10–P90
$37,051$350,000
Volatility
Volatile89%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($86,335,655)
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 OH
Live POP
Place of performance
Not listed
State: OH
Contracting office
Columbus, OH • 43218-3990 USA

Point of Contact

Name
Anna Douglass
Email
anna.douglass@dla.mil
Phone
6146931022

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA LAND
Office
DLA LAND COLUMBUS • DLA LAND AND MARITIME
Contracting Office Address
Columbus, OH
43218-3990 USA

More in NAICS 332510

Description

The subject requirement is for the acquisition of 1,310 (consumables and Depot Level Repairable (DLR)) NSNs managed by DLA Weapons Support Columbus and Richmond, DLA Troop Support, DLA Detachment Warren and all DoD NSNs managed by DLA for which AM General (34623) is the sole source of supply and are in support of multiple weapon system programs.  A Requirements Contract with a 5 year base and 5 option years is anticipated.  The total duration base plus option years shall not exceed 10 years. The solicitation will be issued as Unrestricted with Other Than Full and Open Competition and will solicit two LTCs; one for commercial items IAW the procedures of FAR Part 12 – Acquisition of Commercial Products and Commercial Services and one for non-commercial items IAW procedures of FAR Part 15 – Contracting by Negotiation.  The solicitation will be available on or about February 6, 2026 at https://dibbs.bsm.dla.mil/rfp.  Hard copies are not available.  Increments and delivery schedules will be noted on the RFP. FOB Origin is required.  Inspection/Acceptance is Origin and Destination.

All responsible sources may submit an offer, which shall be considered.

This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c).

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.