Jack Hydraulic, Tripod
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
The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a five-year indefinite delivery requirements contract for "JACK HYDRAULIC, TRIPOD" (NSN: 1730-00-912-3998, Part Number: 12-3-14). This acquisition is a 100% Small Business Set-Aside. The government intends to award one base contract with an initial delivery order for 25 units. Proposals are due April 24, 2026, at 04:00 pm local time.
Scope of Work
- The primary item required is a "JACK HYDRAULIC, TRIPOD".
- Contractor-furnished reusable containers are mandatory, with their cost incorporated into the unit price.
- IUID markings are required for item identification and valuation.
- Packaging and marking must adhere to MIL-STD-2073-1 Appendix J.
- Inspection and acceptance will occur at the Origin.
- Deliveries will be FOB Destination.
- The initial delivery order (CLIN 0001AA) for 25 units is expected to commence 180 days after contract award, with a delivery rate of 25 units per month to TRACY, CA.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: Five years
- Set-Aside: 100% Small Business Set-Aside
- Response Due: April 24, 2026, at 04:00 pm local time
- Published: March 18, 2026
Evaluation
This is a "Lowest Priced Technically Acceptable (LPTA)" acquisition. Offers must conform to all solicitation requirements to be considered technically acceptable. Pricing will be evaluated for reasonableness. Offerors are encouraged to submit their best offers initially.
Additional Notes
- Accelerated delivery is encouraged at no additional cost to the government.
- Contractors must comply with DFARS Clause 252.211-7003 for Item Identification and Valuation.
- Wide Area Workflow (WAWF) is the required method for submitting payment requests and receiving reports.
- Approved sources for the item include COLUMBUS JACK CORPORATION, A3 SYSTEMS CORPORATION, ATAP INC, MALABAR, DUTCH VALLEY, and R.E ATKINSON.
- Proposals must be submitted via email; facsimile proposals will not be accepted.