FSG53 HARCD Modification 0002 for SPE4A2-26-R-0001

SOL #: SPE4A2-26-R-0001-0002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION
RICHMOND, VA, 23237, United States

Place of Performance

Richmond, VA

NAICS

Aircraft Manufacturing (336411)

PSC

Bolts (5306)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 9, 2025
2
Last Updated
Dec 16, 2025
3
Submission Deadline
Mar 3, 2026, 10:00 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.

Quick Summary

This is Modification 0002 to solicitation SPE4A2-26-R-0001 for the Hardware Acquisition Recompete-Customer Direct (HARCD) program, issued by DLA Aviation. This modification clarifies the application of the Buy American Act (BAA) and Trade Agreements Act (TAA) based on delivery order value, updates Attachments 1 (SOW) and 2 (Active NSNs - Schedule B), and provides responses to bidder questions. Technical data is available on cFolders under SPE4A226HARV2. This opportunity is a Total Small Business Set-Aside. Proposals are due by March 3, 2026.

Purpose & Scope

The HARCD program seeks performance-based customer direct (CD) material and logistics support for a subset of Industrial Hardware across various Federal Supply Classes (FSCs), including FSC 5306 (Bolts). The contractor will manage a comprehensive supply chain, including procurement, forecasting, inventory, quality control, and distribution to U.S. Military, Foreign Military, and Non-Military customers (CONUS/OCONUS). Key performance metrics include a 90% Customer Direct Fill Rate (95% for NRP items) and a quality metric based on PQDRs/SDRs.

Contract & Timeline

  • Type: Indefinite Delivery Indefinite Quantity (IDIQ) Commercial Fixed Price Contract with Economic Price Adjustment (EPA).
  • Duration: A potential ten-year ordering period, consisting of a five-year base, one three-year option, and one two-year option period.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS: 332722 (Hardware and Abrasive Products Manufacturing) with a 500-employee size standard.
  • Response Due: March 3, 2026.
  • Published: December 16, 2025.
  • Place of Performance: Richmond, VA, United States.

Key Updates & Clarifications

  • BAA/TAA Application: BAA applies to delivery orders between the micro purchase threshold and $174k; TAA applies between ~$174k and $204k.
  • Proposal Submission: Proposals must be submitted electronically via PIEE. Volume II (Technical/Management) page limits for subfactors have been removed, but the overall 60-page limit for Volume II remains. A "Gap Analysis Report" and Property Management Plan (VMI) can be included as appendices, outside page limits.
  • Pricing: Management/Transition Fees should be in the PDF cost proposal, not the TEP worksheet. A single throughput fee percentage applies to all NSNs.

Evaluation Factors

Award will be based on a competitive, Subjective Trade-Off Source Selection, considering:

  1. Past Performance (Most Important): Evaluated on recency, relevancy (minimum 1000 items managed, 2,000 orders/month), and quality.
  2. Technical/Management (Next Most Important): Includes Supply Chain Management, Quality Assurance, Transition Plan/Vendor Managed Inventory Plan, Small Business Management (with a 50% participation goal), and Order Fulfillment.
  3. Cost/Price: Evaluated for reasonableness, balance, and Total Evaluated Price (TEP). Fixed material prices are subject to EPA. Pricing for all NSNs in the Market Basket is required.

Important Attachments

Bidders should review updated Attachments 1 (SOW) and 2 (Active NSNs - Schedule B), the Q&A document (HARC Questions Submission 2.xlsx), Section L (Instructions), Section M (Evaluation Basis), and the Cross Reference Matrix for detailed requirements and guidance.

People

Points of Contact

Christina RichardsonPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2
Solicitation
Posted: Dec 16, 2025
View
Version 1Viewing
Solicitation
Posted: Dec 9, 2025
FSG53 HARCD Modification 0002 for SPE4A2-26-R-0001 | GovScope