Navigate the lattice: hubs for browsing, trends for pricing signals.
RESPONSE DATE: Quotes are due prior to the Closing Date and Time specified on Page 1 of the Solicitation/Request for Quote (RFQ).
The solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil on or about its estimated issue date of 1/30/2026. Due to system constraints, it may take as long as three business days from the stated issue date for the solicitation to post to DIBBS
The solicitation is for a two year long term Indefinite Delivery Contract (IDC) issued under FAR Part 13.5 Simplified Procedures for Certain Commercial Items.
For NSNs, Item Names, Approved Source(s) and Part Number(s), estimated annual quantity, and units of issue see the attached spreadsheet.
Items are being procured for shipment to various DLA stock locations.
The Small Business size standard is 1250 employees.
Specifications, plans or drawings are not available.
This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 3204(a)(1). Approved source is Eaton Aerospace LLC for each NSN and is listed on the attached spreadsheet.
While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation.
Forecast information is available to all potential sources. The DLA Supplier Requirements Visibility Application (SRVA) is a database that is available via the DLA internet Bid Board System (DIBBS.) SRVA provides potential sources the opportunity to search for information on DLA’s anticipated requirements based on updated monthly forecasts
One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer.
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).
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.