8 NSN CREATING TECH SPE7MX26R0028
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 intends to solicit for a firm-fixed price, Indefinite Quantity Contract (IQC) to provide stock replenishment coverage for military depots. This acquisition covers eight National Stock Numbers (NSNs), primarily electrical components, and is a presolicitation notice. The solicitation is expected to be available on or about March 23, 2026, with proposals due by March 25, 2026.
Scope of Work
This contract will provide stock replenishment for military depots, covering the following NSNs:
- CLIN 0001: 5945013662726 RELAY,ELECTROMAGNET
- CLIN 0002: 5950013683006 TRANSFORMER,POWER
- CLIN 0003: 6110013687123 REGULATOR,VOLTAGE
- CLIN 0004: 6110013797187 REGULATOR,VOLTAGE
- CLIN 0005: 5925014587026 INTERRUPTER,GROUND
- CLIN 0006: 6130014769148 CHARGER,BATTERY
- CLIN 0007: 6625014770634 INDICATOR,FAULT LOC
- CLIN 0008: 5920016032636 ABSORBER,OVERVOLTAG
The approved source for all listed NSNs is CREATING TECHNOLOGY SOLUTIONS, LLC (CAGE 60177).
Contract & Timeline
- Type: Firm-Fixed Price Indefinite Quantity Contract (IQC) using FAR Part 15 procedures.
- Duration: Five-year (5-year) base period.
- Set-Aside: This is a sole-source acquisition under U.S.C. 3204(a)(1) as the Government does not possess complete unrestrictive technical data. While all responsible sources may submit a proposal, the intent is to contract with approved sources.
- Solicitation Release: On or about March 23, 2026 (Solicitation SPE7MX26R0043, formerly SPE7MX26R0028).
- Proposal Due: March 25, 2026.
- Published: March 23, 2026.
Submission & Evaluation
Offers must be submitted on a hard copy of the Request for Proposal (RFP), scanned, and emailed to Taura Mitchell (taura.mitchell@dla.mil) or uploaded through DIBBS. FOB Origin is required with First Destination Transportation. Inspection/Acceptance requirements will be noted on the RFP.
Award will be based on a combination of price, past performance, delivery, and other evaluation factors described in the solicitation. Price may be a significant factor.
Additional Notes
Market research indicates that policies contained in FAR Part 12 (Acquisition of Commercial Items) are not being used. Interested persons may identify their interest and capability to satisfy the requirement with a commercial item within 15 days of this notice. The acquisition may be subject to the Buy American Act. All offers must be in English and U.S. dollars.