Skip to content
Department of Defense

FLAP, WING LANDING

Solicitation: SPE4A726R0420
Notice ID: fd60ab140a01439691ac6bd1ec6d89be
TypePresolicitationNAICS 336413PSC1560Set-AsideHZCDepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateVAPostedFeb 19, 2026, 12:00 AM UTCDueApr 06, 2026, 07:00 PM UTCCloses in 43 days

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 06, 2026. Industry: NAICS 336413 • PSC 1560.

Market snapshot

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

12-month awarded value
$346,979,088
Sector total $20,341,046,444 • Share 1.7%
Live
Median
$101,075
P10–P90
$29,503$917,356
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)
+3040%($325,561,008)
Deal sizing
$101,075 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 VA
Live POP
Place of performance
Not listed
State: VA
Contracting office
Richmond, VA • 23237 USA

Point of Contact

Name
Renee Griffin
Email
Renee.Griffin@dla.mil
Phone
445-737-2040

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AV RICHMOND • DLA AVIATION
Contracting Office Address
Richmond, VA
23237 USA

More in NAICS 336413

Description

Solicitation for End Item: B-52 Aircraft, Flap, Wing Landing, NSN: 1560-01-646-5526, 1000223677. TERM OF THE CONTRACT: 60 MONTHS. DELIVERY SCHEDULE 250 DAYS ARO. Export Control and Configuration Control item. Critical Application item. NAICS is 336413. This is 100% HUBZone small business set aside, full and open after exclusion of sources procurement. Potential Sources: Hexcel Corp., CAGE 12794; Limco Airepair, Inc., CAGE 16630; The Nordam Group LLC, CAGE 29957; Radius Aerospace-Fort Worth, Inc., CAGE 32818; H&R Parts Co. Inc., CAGE 32821; Rohr, Inc., CAGE 51563; Aero Components LLC, CAGE 59213; Airborne Supply, CAGE 65088; Magellan Aerospace Middletown, Inc., CAGE 80512; The Boeing Co, CAGE 81205; Vecco Wichita, Inc., CAGE 96145; honeycomb Co of America Inc., CAGE 99115; Bonded Technology, Inc., CAGE 015P0; Infinity Fabrication, Inc., CAGE 06DM5; D-J Engineering, Inc., CAGE 0C7H8; Pratt & Whitney H A C, Inc., CAGE 1N454; Malones CNC Machining, Inc., CAGE 2V045; Helicomb International, Inc., CAGE 6W159. FOB Destination, Inspection/Acceptance: Origin. This is a request for proposal for an Indefinite Quantity Contract. Estimated Annual Quantities for the 5-year base period will be 40 each. Export Control drawings. Available specifications, plans, or drawings relating to the procurement described will be furnished by the Government. Request is for a written proposal. OFFERORS MUST COMPLETE A COPY OF THE SOLICITATION IN ORDER TO BE CONSIDERED FOR AWARD. A copy of the solicitation will be available via the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/rfp on the issue date cited in the solicitation.  The solicitation will be issued on or about March 6, 2026. All responsible sources may submit an offer, which will be considered. Supplier Performance Risk System (SPRS) applies. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation.  POC: Renee Griffin; Email address: renee.griffin@dla.mil.

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.