FSG53 HARDD Modification 0002 for SPE4A2-26-R-0002

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

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

No set aside specified

Timeline

1
Posted
Apr 21, 2026
2
Submission Deadline
Jul 2, 2026, 7:00 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-0002 for the Hardware Acquisition Recompete DLA Direct (HARDD). This modification updates several key attachments, adds a new attachment, provides responses to offeror questions, and extends the proposal submission deadline to July 2, 2026. The opportunity is for multiple 100% Small Business Set Aside (SBSA), Firm-Fixed Price, Indefinite Quantity contracts for hardware and abrasive products.

Purpose & Scope

The original solicitation seeks to award multiple contracts for material support under various Federal Supply Classes (FSCs), including Bolts (FSC 5306). The objective is to provide DLA Direct support for open and competitive National Stock Numbers (NSNs) to U.S. Military, Foreign Military, and Non-Military Customers. This modification clarifies requirements and provides essential updates for bidders.

Key Changes & Clarifications

  • Proposal Deadline: Extended to July 2, 2026.
  • Updated Attachments: Attachments 1 (HARDD SOW), 2 (HARDD Section B), and 4 (HARDD Section L) have been updated.
  • New Attachment: Attachment 12, "Depot Info," has been added, providing crucial logistical and operational data for bidders.
  • Q&A Responses: A second set of questions and answers has been released, clarifying numerous aspects:
    • Section B (Attachment 2): Blank columns will be populated post-award; Schedule B has been updated.
    • Section L (Attachment 4): Removed the requirement for a narrative on Factor 3 (Price). Higher-Level Quality Certification (ISO 9001 or equivalent) can be submitted as an appendix outside the page count. The Capability Assessment Plan (CAP) template is now the "hard copy" submission, and website submission is no longer required. A new column (Q) for "Order Delivery Days/Lead Time" has been added to Schedule B. Technical data and drawings are available in cFolders under SPE4A226R0002V.
    • SOW (Attachment 1): The "Limitations on Pass-Through Charges" section has been removed. Transportation is now FOB Destination, except for Foreign Military Sales (FMS) orders. Offerors must maintain an overall 90% On-Time Delivery (OTD) rate across all delivery orders for each NSN, not per individual order.

Contract Details

  • Contract Type: Multiple Firm-Fixed Price, Indefinite Quantity contracts.
  • Set-Aside: 100% Small Business Set Aside (SBSA).
  • Duration: A five-year base period with one five-year option period, totaling up to 10 years.
  • NAICS Code: 332722 (Size Standard: 500 employees).
  • Estimated Value: Maximum 5-year base period value of $35,557,082.78, with a program ceiling of $2,929,650,710.80.
  • Performance Standards: Contractors must achieve a minimum 90% On-Time Delivery (OTD) rate per awarded item and adhere to quality metrics (e.g., PQDRs/SDRs ratio). Non-compliance may lead to "off-ramping."
  • Key Requirements: Compliance with ISO 9001:2015, use of Wide Area Work Flow (WAWF) for invoicing, specific packaging standards (MIL-STD-2073-1, MIL-STD-129R, ASTM D3951), obsolescence management, and configuration control.

Submission & Evaluation

Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE). Submissions are organized into four volumes: Technical/Management (Gated Pass/Fail), Past Performance, Price, and Contract Documentation. The Technical/Management factor is a go/no-go requirement. Awards for NSNs will be based on past performance and cost/price, with First Article Testing (FAT) pricing included in the total aggregate price evaluation. The Government reserves the right to award based on initial proposals without discussions.

Contact Information

For inquiries, contact Christina Richardson at christina.richardson@dla.mil.

People

Points of Contact

Christina RichardsonPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 21, 2026
FSG53 HARDD Modification 0002 for SPE4A2-26-R-0002 | GovScope