LTC PROJECT CM24221002
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.
This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 3204(a)(1).
The subject requirement is for the acquisition of 27 NSNs from Federal Stock Classes (FSCs) 4710, 4720, 4730, 4820, and 5330, where DESIGNED METAL CONNECTIONS INC (14798) is the sole
approved source and/or sole source of supply. See Attachment I for procurement NSNs.
DLA Weapons Support proposes to enter into fixed-price contract(s) with an annual
price adjustment provisions to adjust out-year contract prices. The resulting contract(s) will be long-term indefinite quantity contract(s), which includes a one-year base and two one-year option periods. Items to be shipped to various military depot locations within established minimum & maximum quantity limits on an as needed basis.
The items covered by this initiative will be procured under Federal Acquisition Regulation (FAR) Part 13.5 - Simplified Procedures for Certain Commercial Products and Commercial Services.
The solicitation will be available on November 12, 2025, at https://www.dibbs.bsm.dla.mil/rfp/. Increments and delivery schedule will be noted on the RFP. This solicitation is being issued under the First Destination Transportation (FDT) program. Inspection/acceptance will be either destination or origin depending on the quality requirements of each NSN and will be identified on the Schedule of Supplies attached to the RFP. All responsible sources may submit an offer, which shall be considered. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance, delivery as described in the solicitation.
One or more of the items under this acquisition may be subject to the Buy American Act. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer.
This is an other than full and open competition acquisition. NSN 4720-00-555-3826 (CLIN 0007) is not set-aside for small business. All other items are set-aside for small business
Applicable NAICS is 332919 and the Small Business size standard is 750 employees.
Based on market research this item is manufactured commercially; therefore, the Government is using the policies contained in FAR Part 13.5 in its solicitation for this item.
This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation 7.107-5(c).
INSTRUCTIONS FOR SUBMISSION OF OFFERS will be included in the solicitation. The following method(s) of submitting a proposal are authorized in the solicitation:
1. DIBBS Upload – to submit an offer through DIBBS, search for the solicitation then click the red “offer” button on the search results screen. (Note: Users must be logged onto DIBBS in order to submit the offer through DIBBS.) For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/solicitations/DIBBS-Upload-Offer-User-Help.pdf
2. Email Proposals - Proposals, including modifications and revisions per FAR 15.203(c)), may be received by electronic commerce methods