Long Term Contract opportunity for NSNs 1020004972242, 5330010318479, 5340010897804, 1005012160094, 1015012929239, 1015013437571, 1015013444113, 1015013444114, 6140014984269 and 6140015021009

SOL #: SPE7LX26R0023Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA LAND AND MARITIME
COLUMBUS, OH, 43218-3990, United States

Place of Performance

Place of performance not available

NAICS

Battery Manufacturing (335910)

PSC

Batteries, Rechargeable (6140)

Set Aside

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

Timeline

1
Posted
Dec 15, 2025
2
Response Deadline
Feb 2, 2026, 8:00 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

The Defense Logistics Agency (DLA) Land and Maritime is seeking proposals for a five-year Firm-Fixed Price Long-Term Contract (LTC) to procure 10 specific National Stock Numbers (NSNs). This opportunity is a 100% Total Small Business Set-Aside. The estimated five-year value is $1.93 million, with a contract maximum of $3.86 million. Proposals are due February 2, 2026.

Scope of Work

This acquisition covers the supply of 10 noncommercial NSNs, including items identified as "Critical Application Items" and "Defense Articles" subject to International Traffic in Arms Regulations (ITAR). The contractor will be responsible for shipping items to CONUS stock locations to support customers both domestically and overseas. Estimated annual demand quantities are provided for each NSN, with individual delivery schedules ranging from 150 to 300 days. Inspection and acceptance will be at origin, with FOB Destination applying. Five of the items require a First Article Test.

Contract Details

  • Contract Type: Firm-Fixed Price, Long-Term Contract (LTC)
  • Duration: Five years (one five-year base period, no options)
  • Estimated Value: $1,931,004.05 (five-year); Contract Maximum: $3,862,008.10
  • Set-Aside: 100% Total Small Business Set-Aside
  • Acquisition Method: Federal Acquisition Regulation (FAR) 15 – Contracting by Negotiation
  • Procurement Basis: "All or none" per CLIN/NSN
  • Trade Agreements: Buy American (BA) applies (DFARS 252.225-7001)

Evaluation Factors

Award will be based on best value tradeoff procedures, considering a combination of price, delivery, and past performance. Price may be a significant factor.

Technical Data & Response Requirements

The Technical Data Package (TDP) will be available via the DLA Land and Maritime Internet Bid Board System (DIBBS) approximately 15 days after the announcement, with a link to cfolders (https://pcf1x.bsm.dla.mil/cfolders/). Access to export-controlled technical data requires an approved US/Canada Joint Certification Program (JCP) certification, completion of DLA training, and approval by the DLA controlling authority. Offerors must have an EJCP certification to view the TDP and be eligible for award; DLA will not delay award for JCP approval. Bidders must also comply with detailed packaging, marking, and handling standards (e.g., MIL-STD-2073-1E, MIL-STD-129) as outlined in the "PID PACKAGING AND MARKINGS.pdf" document.

Key Dates

  • Published Date: December 15, 2025
  • Proposal Due Date: February 2, 2026

Contact: Chuck Mielke (charles.mielkeii@dla.mil, 4193452481).

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Dec 15, 2025
Long Term Contract opportunity for NSNs 1020004972242, 5330010318479, 5340010897804, 1005012160094, 1015012929239, 1015013437571, 1015013444113, 1015013444114, 6140014984269 and 6140015021009 | GovScope