53--Elevator Parts
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.
Quick Summary
The Defense Logistics Agency (DLA) Land and Maritime is preparing to issue an Unrestricted Request for Proposal (RFP) for a Long-Term Contract (LTC) to supply 47 National Stock Numbers (NSNs) of Naval Elevator Parts. This will be an Indefinite Quantity Contract (IQC) with a maximum duration of five years. The RFP, SPE7LX-26-R-0026, will be released on March 10, 2026, and proposals will be due April 11, 2026.
Scope of Work
This acquisition is for spare parts for cargo elevators used on naval vessels, privately owned cargo ships, and commercial cruise line ships. The items are identified as code and part-numbered commercial products. All NSNs will require First Article Testing, making them ineligible for Automated Indefinite Delivery Contracts (IDCs).
Contract & Timeline
- Type: Indefinite Quantity Contract (IQC), Firm-Fixed-Price, Long-Term Contract (LTC).
- Duration: One base year and four (4) possible option years, not exceeding 5 years total.
- Set-Aside: Unrestricted with Other Than Full and Open Competition. The acquisition strategy aims for maximum practicable small business participation by awarding on an "all-or-none" basis per NSN.
- RFP Release: March 10, 2026, on DIBBS (https://www.dibbs.bsm.dla.mil/).
- Proposal Due: April 11, 2026 (30 days after RFP release).
- Published: March 9, 2026.
Evaluation
Award will be based on a combination of price, past performance, delivery, and other factors listed in Sections L and M of the solicitation. Each NSN line will be awarded to the best value offeror for that specific line.
Additional Notes
This acquisition involves a consolidation of requirements (IAW FAR 7.107-2) to achieve benefits such as reduced administrative costs, decreased lead times, and improved material availability. Market research was previously conducted via a questionnaire and spreadsheet to gather information from potential suppliers regarding capabilities, commercial item status, and pricing. The solicitation will be available under RFP SPE7LX-26-R-0026.