Skip to content
Department of Defense

29--PARTS KIT,FUEL INJE

Solicitation: SPE7L126T060M
Notice ID: ebd6150d20dd40f1b82117e6347d4ea0

Combined Synopsis Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Feb 19, 2026. Industry: NAICS 333618 • PSC 29.

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: SPE7L126T060M. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 333618 (last 12 months), benchmarked to sector 33.

12-month awarded value
$135,719,474
Sector total $51,923,358,306 • Share 0.3%
Live
Median
$258,768
P10–P90
$29,394$350,000
Volatility
Volatile124%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+300%($81,456,012)
Deal sizing
$258,768 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

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
OH20260056 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Seneca
Rate
BRICK POINTER/CAULKER/CLEANER
Base $36.53Fringe $24.03
Rate
BRICKLAYER
Base $36.53Fringe $24.03
+38 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 38 more rate previews.
Davis-BaconBest fitstate match
OH20260056 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Seneca
Rate
BRICK POINTER/CAULKER/CLEANER
Base $36.53Fringe $24.03
Rate
BRICKLAYER
Base $36.53Fringe $24.03
Rate
TILE FINISHER
Base $30.78Fringe $23.04
+37 more occupation rates in this WD
Davis-Baconstate match
OH20260100 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Summit
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $43.88Fringe $26.93
Rate
BRICK POINTER/CAULKER/CLEANER
Base $36.89Fringe $22.13
Rate
BRICKLAYER
Base $36.89Fringe $22.13
+34 more occupation rates in this WD
Davis-Baconstate match
OH20260039 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Defiance
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $37.00Fringe $28.27
Rate
BRICKLAYER
Base $36.36Fringe $21.55
Rate
BRICK POINTER/CAULKER/CLEANER
Base $33.30Fringe $18.28
+32 more occupation rates in this WD
Davis-Baconstate match
OH20260083 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Jefferson
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $46.50Fringe $29.43
Rate
TILE SETTER
Base $33.46Fringe $21.37
Rate
TILE FINISHER
Base $25.37Fringe $17.42
+31 more occupation rates in this WD

Point of Contact

Name
DIBBS Help Desk
Email
DibbsBSM@dla.mil
Phone
1-877-352-2255

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 333618

Description

Proposed procurement for NSN 2910016469678 PARTS KIT,FUEL INJE: Line 0001 Qty 300 UI KT Deliver To: W1A8 DLA DIST SAN JOAQUIN By: 0080 DAYS ADO Approved source is 7PZX0 16612288. The solicitation is an RFQ and will be available at the link provided in this notice. Hard copies of this solicitation are not available. Specifications, plans, or drawings are not available. All responsible sources may submit a quote which, if timely received, shall be considered. Quotes must be submitted electronically.

DIBBS / DLA Details

NSN2910016469678
ItemPARTS KIT,FUEL INJE
Quantity300 KT
Deliver ToW1A8 DLA DIST SAN JOAQUIN
Days ADO0080

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 15, 2026
Client-ready brief
Executive summary
high confidencegpt 5.2

DLA Land and Maritime (Defense Logistics Agency) issued a Combined Synopsis/Solicitation RFQ (SPE7L126T060M) for NSN 2910-01-646-9678, PARTS KIT, FUEL INJE. The buy is for Line 0001, Qty 300 (UI: KT) with delivery to W1A8 DLA DIST SAN JOAQUIN, required by 0080 days ADO. The approved source is explicitly stated as 7PZX0 / 16612288, and the notice indicates specifications/plans/drawings are not available. Quotes are due electronically by 2026-02-19 and the solicitation is only available via the SAM.gov link in the notice.

SPE7L126T060MNSN 2910-01-646-96782910016469678PARTS KIT,FUEL INJEfuel injection parts kitDLA Land and MaritimeW1A8 DLA DIST SAN JOAQUINapproved source 7PZX0
What the buyer is trying to do

Place an order for 300 kits of a specific, approved-source fuel injection parts kit (NSN 2910-01-646-9678) to support DLA distribution (ship-to W1A8 DLA DIST SAN JOAQUIN) with a required delivery timeline of 80 days after date of order (ADO), using an RFQ process with electronic quote submission.

Who should pursue this
  • The approved source holder/manufacturer identified as CAGE 7PZX0 with part number 16612288 (or the entity authorized to quote/fulfill under that approved source).
  • Authorized distributors/resellers who can legitimately supply the approved source item 7PZX0 / 16612288 and meet the 80 days ADO delivery to W1A8 DLA DIST SAN JOAQUIN.
  • Small businesses aligned with the stated set-aside (“SBA”) and NAICS 333618, provided they can supply the approved source item and meet schedule.
Work breakdown
  • Review the RFQ package on SAM.gov for SPE7L126T060M (no hard copies).
  • Confirm item identity and compliance: NSN 2910-01-646-9678 PARTS KIT,FUEL INJE; Line 0001; Qty 300; UI KT.
  • Validate source eligibility against “Approved source is 7PZX0 16612288” and determine whether quoting is restricted to that source or if alternate sourcing pathways are allowed under the RFQ terms.
  • Develop manufacturing/procurement and QA plan to meet delivery: W1A8 DLA DIST SAN JOAQUIN, required by 0080 days ADO.
  • Prepare and submit electronic quote by 2026-02-19, including any required representations/certifications and delivery commitment.
Response package checklist
  • Electronic quote submission (as required by the notice).
  • Pricing for Line 0001 (Qty 300, UI KT) for NSN 2910-01-646-9678.
  • Delivery confirmation: ship-to W1A8 DLA DIST SAN JOAQUIN; delivery by 0080 days ADO.
  • Source/traceability documentation tying the offered item to approved source 7PZX0 / 16612288 (as required/allowed by the RFQ).
  • Any RFQ-required clauses, reps/certs, and completed solicitation schedules obtained from the SAM.gov posting for SPE7L126T060M.
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
Compliance notes
  • Approved source is stated as 7PZX0 16612288; ensure the offered item matches the approved source requirement as written in the RFQ.
  • No specifications/plans/drawings are available per the notice—do not assume you can reverse engineer; compliance must be shown via approved source/part identification and RFQ terms.
  • Quotes must be submitted electronically and received by the response deadline (2026-02-19).
  • Solicitation is available only via the SAM.gov link in the notice; hard copies are not available.
Pricing strategy
  • Price the single line item (Line 0001) for 300 kits with delivery by 80 days ADO; ensure any expedite costs or supply lead times are reflected since schedule is explicit in the notice.
  • If acting as a reseller, secure firm supplier pricing/availability from the approved source (7PZX0 / 16612288) before quoting to avoid schedule risk.
  • Keep the quote tightly aligned to the RFQ line structure (NSN, quantity, UI, delivery location, and delivery timing) to minimize evaluation friction.
Teaming and subs
  • If not the approved source, explore teaming with or sourcing through the approved source (7PZX0) or an authorized channel partner capable of providing traceability to 16612288.
  • Use a logistics/fulfillment partner familiar with shipping to DLA distribution (W1A8 DLA DIST SAN JOAQUIN) if your organization lacks established processes for DLA ship-to requirements.
Risks and watchouts
  • Approved-source constraint: the notice explicitly names 7PZX0 / 16612288; quoting anything else may be rejected depending on RFQ terms.
  • Limited technical data: specifications/plans/drawings are not available, increasing risk for non-approved-source offers and emphasizing documentation/traceability.
  • Schedule risk: delivery is required by 0080 days ADO; supplier lead times or QA/packaging requirements could jeopardize on-time delivery if not confirmed upfront.
  • Process risk: solicitation details are only in the SAM.gov RFQ; missing a required clause, form, or submission instruction could render the quote nonresponsive.
Smart questions to ask
  • Does the RFQ restrict award strictly to the approved source (7PZX0, P/N 16612288), or will authorized distributors/resellers be acceptable with traceability documentation?
  • What specific documentation is required to substantiate the offered item as the approved source (e.g., certificate of conformance, authorized distributor letter, packaging/labeling traceability)?
  • Are there any specific packaging, marking, or shipping instructions for delivery to W1A8 DLA DIST SAN JOAQUIN beyond what is shown in the notice?
  • Confirm the interpretation of “By: 0080 DAYS ADO” for delivery scheduling and whether partial shipments are acceptable (if addressed in the RFQ).
Source coverage notes

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

  • RFQ document details from the SAM.gov posting (evaluation criteria, clauses, packaging/marking, traceability requirements, and whether offers other than the approved source are acceptable)

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.