8 NSN TRIUMPH
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.
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.