FN HERSTAL (B0897) spare 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.
This acquisition is for supplies for which the Government does not possess complete unrestrictive technical data. This is a sources sought notice required when using only approved sources under the authority of 10 U.S.C. 3204(a)(1).
The subject requirement is for the acquisition of 46 NSNs from Federal Stock Classes (FSCs)1005, 1095, 1290, 5340, and 5945, where FN HERSTAL (B0897) is the sole approved source and/or sole source of supply.
DLA L&M proposes to enter into fixed-price contract(s) with an annual price adjustment provisions to adjust out-year contract prices. The resulting contract(s) will be long-term indefinite quantity contract(s), which includes a three-year base and two one-year option periods. The items covered by this initiative will be procured under Federal Acquisition Regulation (FAR) Part 15- Contracting by Negotiation.
Applicable NAICS is 332994 and Small Business Size Standard is 1000.
The solicitation will be available on November 6, 2025 at https://www.dibbs.bsm.dla.mil/rfp/. Increments and delivery schedule will be noted on the RFP. This solicitation is being issued under the First Destination Transportation (FDT) program. Inspection/acceptance will be either destination or origin depending on the quality requirements of each NSN and will be identified on the Schedule of Supplies attached to the RFP. All responsible sources may submit an offer, 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 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.
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 7.107-5(c).