FSG53 HARCD Modification 0004 for SPE4A2-26-R-0001
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
This is Modification 0004 to Solicitation SPE4A2-26-R-0001 for the Hardware Acquisition Recompete-Customer Direct (HARCD) contract, issued by DLA Aviation. This modification updates Attachments 4 and 5, includes a new SSDB Companion Guide, and provides responses to offeror questions. The opportunity is a Total Small Business Set-Aside. Proposals are due by March 3, 2026.
Key Changes in Modification 0004
This modification primarily updates critical solicitation documents and provides clarifications:
- Updated Attachments: Attachment 4 (PID Data, including 4a and 4b) and Attachment 5 (Section L - Instructions, Conditions, and Notices to Offerors) have been revised.
- New Document: A SSDB Companion Guide for the Surge spreadsheet has been included, explaining the DLA's system for managing surge requirements.
- Responses to Questions: A document containing Government responses to offeror questions has been attached, providing crucial clarifications.
Original Solicitation Details (HARCD)
The HARCD contract is a single-award Requirements, Fixed Price Contract with a one-year transition period, a four-year base period, and two option periods. It covers Federal Supply Classes (FSCs) related to hardware and abrasive products, with a Product Service Code of 5306 (Bolts). Proposals must be structured into four volumes: Past Performance, Technical Capability, Cost/Price, and Contract Documentation. Electronic submission via PIEE is required. The government may award based on initial proposals without discussions.
Important Clarifications for Bidders
The attached Q&A document provides several key clarifications:
- Pricing: Offerors should only propose pricing for items in the "Initial Population" tab of Attachment 2-HARD Section B; "Potential Adds" is for information only.
- Surge Quantities: Monthly Wartime Rate (MWR) quantities for surge and sustainment items are found in column "H" of the SSDB Companion Guide.
- Cross Reference Matrix: Minor corrections are permitted, but offerors must identify any changes.
- Section L Page Limits: Subfactor page limits in Section L have been removed, though the overall Volume II page limit of 60 pages remains.
- Past Performance Narrative: Section L.5.0.3 has been updated to remove reference to Factor 4.
- Appendices: The Gap Analysis Report and Property Management Plan are now excluded from page counts and can be included as appendices to Volume II.
Submission & Contact Information
Proposals for this Total Small Business Set-Aside opportunity are due by March 3, 2026, at 10:00 PM UTC. The place of performance is Richmond, VA. For questions, contact Christina Richardson at christina.richardson@dla.mil.