8 NSN TRIUMPH

SOL #: SPE7MX26R0025Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA LAND AND MARITIME
COLUMBUS, OH, 43218-3990, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft Landing Equipment (1710)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 4, 2025
2
Response Deadline
Jan 20, 2026, 4:59 PM

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.

PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for the following National Stock Numbers (NSNs). The purpose of this contract is to provide stock replenishment coverage in support of military depots.

CLIN       0001       5360010708332                  SPRING,HELICAL,COMP

CLIN       0002       5360011225591                  SPRING,HELICAL,COMP

CLIN       0003       4820013357823                  VALVE,GATE

CLIN       0004       5930014681597                  SWITCH,PUSH

CLIN       0005       1710014889187                  HOUSING,HOLDBACK AS

CLIN       0006       1710014889254                  SCREEN,FILTER,AIRCR

CLIN       0007       5340014889256                  LOCK,ROD END,HOLDBA

CLIN       0008       5340016471637                  CONNECTOR,ROD END

Approved Sources(s):

NSN                                                        MANUFACTURER                                                CAGE      PART NUMBER

5360010708332                  TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC        97415    7-0520-1

5360011225591                  TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC        97415    7-0521-1

4820013357823                  TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC        97415    7-1006-5

5930014681597                  TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC        97415    6-0304-1

1710014889187                  TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC        97415    7-0539-5

1710014889254                  TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC        97415    6-0252-1

5340014889256                  TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC        97415    7-0541-2

5340016471637                  TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC        97415    7-1365-10

The scope of this acquisition is for a firm-fixed price, Indefinite Quantity

Contract (IQC) using FAR Part 15 procedures. The Government is pursuing

an IQC for a three-year (3-year) base period. 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 U.S.C. 3204(a)(1).

The solicitation will be available on or around  December 19, 2025, at

https://www.dibbs.bsm.dla.mil/rfp/. Hard copies are not available.

Increments and delivery schedule will be noted on the RFP. FOB Origin is

required with First Destination Transportation. Inspection/Acceptance

requirements will be noted on RFP.

Offers must be submitted on a hard copy of the Request for Proposal (RFP),

scanned, and emailed to the Acquisition Specialist, Taura Mitchell at:

taura.mitchell@dla.mil or uploaded through DIBBS. To submit an offer

through DIBBS, search for the solicitation and then click the Red "Offer"

button on the search results screen (Note: users must be logged in to DIBBS

to submit the offer through DIBBS). For additional guidance, refer to

https://dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-

User-Help.pdf.

All responsible sources may submit a proposal, which shall be considered.

While price may be a significant factor in the evaluation of offers, the final

award decision will be based upon a combination of price, past

performance, delivery and other evaluation factors as described in the

solicitation.

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 or services. 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.

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 Buy

American Act. All offers shall be in the English language and in

U.S. dollars.

People

Points of Contact

Taura MitchellDSNPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Dec 4, 2025
8 NSN TRIUMPH | GovScope