Skip to content
Department of Defense

58--RECEIVER-TRANSMITTE

Solicitation: SPRPA126RWA18
Notice ID: e789826e3de64fa1ba0aa9b8ae349f5c
TypePresolicitationPSC5841DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStatePAPostedJan 10, 2026, 12:00 AM UTCDueFeb 24, 2026, 04:00 AM UTCExpired

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 24, 2026. Industry: PSC 5841.

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: SPRPA126RWA18. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$1,040,194,774
Sector total $1,040,194,774 • Share 100.0%
Live
Median
$125,219
P10–P90
$31,848$958,240
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,040,194,774)
Deal sizing
$125,219 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
PA20260018 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
+102 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 102 more rate previews.
Davis-BaconBest fitstate match
PA20260018 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
Rate
Marble & Tile Setter
Base $31.18Fringe $18.35
+101 more occupation rates in this WD
Davis-Baconstate match
PA20260002 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Allegheny, Armstrong, Beaver +30
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
BOILERMAKER
Base $35.34Fringe $18.48
+95 more occupation rates in this WD
Davis-Baconstate match
PA20260101 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Northampton
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
+36 more occupation rates in this WD
Davis-Baconstate match
PA20260105 (Rev 4)
Open WD
Published Jan 30, 2026Pennsylvania • Westmoreland
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
+34 more occupation rates in this WD

Point of Contact

Name
MICHAEL OFFENBACKER, APAD.14, PHONE , EMAIL MICHAEL.OFFENBACKER@DLA.MIL
Email
MICHAEL.OFFENBACKER@DLA.MIL
Phone
215)737-0466

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

Description

NSN 7R-5841-014339479-KB, TDP VER 002, QTY 40 EA, DELIVERY FOB ORIGIN. For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. Procurement Note E05 (DLAD 46.292) is hereby incorporated by reference. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. For New Unused stock from the OEM, Offerors are advised that offers received f rom 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 let ter, on the source's letterhead, to the buyer point of contact indicated on th e solicitation via email, at time of proposal submittal. 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. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights,manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

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.

Updated: Feb 14, 2026
Executive summary

The Defense Logistics Agency is seeking proposals for the procurement of 40 units of a flight-critical item with NSN 7R-5841-014339479-KB. This solicitation is set to be posted on January 10, 2026, with a response deadline of February 24, 2026. Only proposals from government-approved sources will be considered, which adds significant competitiveness to this opportunity.

What the buyer is trying to do

The buyer aims to procure new, unused stock of a critical safety item that requires prior government source approval. The urgency and specificity of the requirement indicate a pressing need for these items to support fleet operations.

Work breakdown
  • Review solicitation requirements and including all necessary compliance documentation.
  • Prepare authorized distributor letters for non-original equipment manufacturers (OEM).
  • Submit proposals including technical data and source approval information if required.
Response package checklist
  • Complete proposal including pricing and delivery terms.
  • Authorized distributor letter on OEM letterhead (if applicable).
  • Source approval documentation as specified.
Suggested keywords
Defense Logistics AgencyCritical Safety ItemSource ApprovalNSN 7R-5841-014339479-KB
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Detailed qualification criteria for new sources.
  • Specific performance requirements for the items being procured.
  • Further clarification on potential awards under existing Basic Ordering Agreements (BOA).

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.