Skip to content
Department of Defense

TAB ASSEMBLY, ELEVATOR / NSN 1560-00-953-3958 / C-130 AIRCRAFT

Solicitation: SPE4A726R0306
Notice ID: 2d6896e160ea4567aa4bbb6b627851bf

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Feb 11, 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
CHRIS ROSE
Email
CHRISTOPHER.ROSE@DLA.MIL
Phone
8042795920
Name
Jeremy Prince
Email
Jeremy.Prince@dla.mil
Phone
Not available

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

A 100% Small Business Set-Aside solicitation will be issued to establish an Indefinite Quantity Contract (IQC) for NSN 1560-00-953-3958, a TAB ASSEMBLY, ELEVATOR. The award will be for a 5-year base period. The Estimated Annual Quantity (EAQ) is 120 each. Production units will be FOB: Destination; Inspection /Acceptance: Origin. Item is critical but not deemed a Critical Safety Item. Government First Article Testing and Export Control apply. Surge does not apply. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302. The NSN is in accordance with BASIC DRAWING # 98897 367651, REV. R DTD 08/16/2017, PPN 367651-1. DLA Aviation does possess complete technical data on this part for any interested vendor. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. This solicitation may include Procurement Note L09, Reverse Auction. Since a reverse auction may be conducted, offerors are encouraged to access the Procurex system and review the reverse auction help tutorials at https//dla.procurexinc.com to learn more about how to participate in an auction. In order to receive an award, regardless of dollar value, contractors must be registered in the System For Award Management (sam.gov). The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. The estimated solicitation issue date is 01/09/2026 and is when technical data will become available via cFolders on DIBBS. A copy of the solicitation will be available via DIBBS at https://www.dibbs.bsm.dla.mil/ on the issue date cited in the RFP. Choose the RFP you wish to download. RFPs are in portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of this solicitation will not be available to requesters.

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.