Skip to content
Department of Defense

CABIN PRESSURE SELE

Solicitation: SPRPA126QXA52
Notice ID: eab53d47f5624fb28c45878dc6cb1b6b
TypeSolicitationNAICS 336413PSC1680DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStatePAPostedJan 28, 2026, 12:00 AM UTCDueFeb 27, 2026, 08:30 PM UTCCloses in 4 days

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 27, 2026. Industry: NAICS 336413 • PSC 1680.

Market snapshot

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

12-month awarded value
$352,849,706
Sector total $20,447,912,679 • Share 1.7%
Live
Median
$99,750
P10–P90
$29,564$937,663
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.7%
share
Momentum (last 3 vs prior 3 buckets)
+3095%($331,431,626)
Deal sizing
$99,750 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

Point of Contact

Name
Telephone:
Email
MARY.LINDSAY@DLA.MIL
Phone
2157373832

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

CONTACT INFORMATION|4|APBA.29|P8|267-660-8079|Mary.Lindsay@DLA.mil| COMMERCIAL PRODUCT PROCUREMENT NOTICE|5|||||| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||x|ISO9001 or higher||||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001|1|365||||||||||||||||||||||||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3||PJGR|N52214.12| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (combo)||TBD|SPRPA1|TBD|TBD|TBD|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|365 days|45 days after discovery of defect||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED PRODUCTS (MAY 2008))|1|| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION 2025-O|81|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| CUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION|16||||||||||||||||| SERVICES (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|33643|1250||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)|4||||| The purpose of this amendment is to clarify the subject solicitation. The Government intends to use FAR 12 Commercial Clauses in the resulting award and the Addendum to FAR 52.212-4 Contract Terms and Conditions, Commercial Items,Applicable only for P-8 CAT 1 & CAT 2 items, shall be included. The Solicitation Response time is extended to 27 FEB 2026. All OTHER TERMS AND CONDITIONS TO REMAIN THE SAME. This solicitation is being issued under Emergency Acquisition Flexibilites Authority (EAF). 1. Scope: This solicitation is for the procurement of aircraft components that are determined to be commercial items in accordance with FAR 2.101 and FAR Part12. Offerors shall provide components that are currently in production andoffered in the commercial marketplace, or that have been offered for sale,lease, or license to the general public or non-governmental entities. 2. Applicable Regulations: This acquisition shall be conducted in accordancewith: FAR Part 12 - Acquisition of Commercial Products and Commercial Services FAR Part 13/15, as applicable (based on dollar value or acquisition method) DFARS 212, as applicable for Department of Defense requirements 3. Commercial Item Determination: Offerors shall provide documentation supporting the commerciality of the offered item(s), which may include: Commercial product descriptions and technical specifications Sales history or catalog pricing Copies of sales invoices or redacted purchase orders to non-governmentcustomers Published price lists or marketing materials 4. Technical Requirements Offered components must meet the Government's form, fit, and functionrequirements. Submissions must include datasheets, drawings, or specifications thatdemonstrate compliance with performance requirements outlined in the technicaldescription. Any deviation from the stated technical requirements must be clearly identified and justified. 5. Certification and Traceability Vendors must certify that all components are new, unused, and conform tocommercial standards. Traceability documentation shall be provided to verify the supply chain fromthe original manufacturer to the vendor. Documentation may include FAA Form 8130-3, Certificate of Conformance, PartManufacturer Approval (PMA) Documentation or equivalent. Authorized Release Certificate Requirement - FAA Form 8130-3 All components delivered under this contract shall be accompanied by a properly executed FAA Form 8130-3 Authorized Release Certificate. For new (spare) components, the 8130-3 shall be issued by an FAA-approved production approval holder (PAH) and certify that the item conforms toFAA-approved design data and is in a condition for safe operation (Block 11a). The 8130-3 must: Include the correct part number, serial number (ifapplicable), and contract/purchase order number and Be completed legibly and inaccordance with current FAA guidance (e.g., FAA Order 8130.21 series) 6. Delivery and Packaging Items shall be packaged in accordance with standard commercial practices thatprevent damage during transit and storage unless otherwise specified. All shipments must be traceable and include packing lists identifying partnumber, nomenclature, quantity, and contract number. 7. Warranty and Support A standard commercial warranty must be provided. Warranty terms must be at least equal to those provided to the vendor'scommercial customers and must include workmanship and replacement parts. Technical support must be available during the warranty period. 8. Marking and Labeling Components must be labeled with the part number, manufacturer's name or CAGEcode, and lot or serial number (if applicable). 9. Contract Data Requirements No military-unique Contract Data Requirements List (CDRL) will apply unlessexplicitly identified. Commercial documentation shall suffice unless otherwisenegotiated. Drawings are not available for this Request for Quote. Offerors are advised that offers received from sources which are notgovernment-approved sources of supply will be deemed technically unacceptable,and therefore ineligible for award. Any distributors of approved sources MUSTsubmit a copy of their authorized distributor letter, on the source letterhead,to the buyer point of contact indicated on the solicitation via email, at timeof 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. NAVSUP WSS Code N2 has determined that the requirements at DFARS 211.274 which mandates the use of DFARS clause 252.211-7003 "Item Unique Identification and Valuation" in all solicitationsand contracts, be deleted from all non-CLSSA FMS spares requirements processedby NAVSUP WSS and DLA-Aviation. The affected parts are wholly owned by FMScustomer countries and are not covered by Cooperative Logistics Supply SupportArrangement (CLSSA), these same assets will be delivered to the customercountry 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 FMSassets and will never be delivered to DoD. The assets are delivered to adomestic U.S. freight forwarder who is under contract by the FMS customer toship the assets to the country of record. The FMS customer countries retain ownership of their parts throughout theasset's lifecycle. These parts will never be owned by the U.S. Government andwill never be entered into the DoD supply chain. Based on this, there is no need for these non-CLSSA FMS country assets to bespecially marked for tracking by DoD. \

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.