- 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
SPE4A626R0174 | 5995-01-548-5758; Z9N; AIRCRAFT, FA-18, A-D, E/F, G (GROWLER)
Federal opportunity from DIBBS • DEPT OF DEFENSE.DEFENSE LOGISTICS AGENCY.DLA AVIATION.DLA AV RICHMOND.DLA AVIATION. Place of performance: Richmond, Virginia • 23237 United States. Response deadline: Apr 28, 2026. Industry: NAICS 334419.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 334419 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 334419
Description
DIBBS RFQ listing for solicitation SPE4A626R0174. Item or requirement: 5995-01-548-5758; Z9N; AIRCRAFT, FA-18, A-D, E/F, G (GROWLER). Synopsis: This Synopsis is issued for a Total Small Business set-a-side solicitation that will be issued under PR number 1000226693 to establish an Indefinite Quantity Contract (IQC) with 5 Base Years. ONLY vendor proposing the APPROVED SOURCEs OF VERMILLION INCORPORATED (25714); VERTEX MODERNIZATION AND SUSTAINMENT (072E5); AIRTRONICS, LLC (58078); CENTROID, INC. (21856); MARVIN ENGINEERING CO, INC (32067); DCX-CHOL ENTERPRISES, INC (27456); NEWVAC LLC (60118) CONCERNS WILL BE CONSIDERED. NSN: 5995-01-548-5758; CABLE ASSEMBLY, SPEC; CRITICAL APPLICATION ITEM; EXPORT CONTROL; HIGHER-LEVEL QUALITY; GOVERNMENT FAT; GOVERNMENT PLT REQUIREMENTS; SURGE REQUIREMENT; NAICS 334419 Required delivery is 999 days. Stock delivery locations will be to any facility in the Continental United States as cited on each delivery. Pricing will be evaluated on the Estimated Annual Demand (EAD) – 1371 each. The Guaranteed Minimum will be cited in the solicitation. There will be a 5-year base with NO option, for a total of five years. Terms are FOB Origin and Inspection/Acceptance Origin for DLA Direct. This item has technical data some or all of which is subject to export control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR) and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Review the DIBBS record and linked PDF for NSN details, packaging, clauses, and submission instructions.
DIBBS / DLA Details
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.