4 NSN IDC
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
NSN(s): 5985-01-487-1134, 5985-01-487-1135, 6130-01-618-4110, and 6160-01-487-1151
Item Description: SEE RFQ
Manufacturer’s Code and Part Number (if applicable): N/A
Drawing Number (if applicable): SEE RFQ
Specification Number (if applicable): N/A
Qualification Requirements (e.g. QPL) and where information on qualification requirements may be obtained. (if applicable): N/A
Quantity (including option quantity) :
Anticipated type of contract is an IDC. Items to be shipped to various military depot locations within established minimum & maximum quantity limits on an as needed basis.
Unit of Issue: EA
Destination Information: FOB ORIGIN – STOCK ONLY
Delivery Schedule: SEE RFQ
*This acquisition is being conducted under FAR Part 13.5, Simplified Procedures for Certain Commercial Items.
** 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).
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.
All responsible sources may submit an offer/quote which shall be considered.
---
( x ) The solicitation will be available on DLA’s Internet Bid Board Site (https://www.dibbs.bsm.dla.mil/RFP/) on or about 01/05/2026.
( x ) The Small Business size standard is _1250_ employees.
( x ) Specifications, plans or drawings are not available.
( x ) The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 5 years.
(x ) 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.
( x ) 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 USC 2304(c)(1). Approved sources are: Thales Defense & Security (23386)
TYPE OF SET-ASIDE: UNRESTRICTED