NSN - 1005-01-088-4400(Cover Assembly, Inde); NSN - 3040-01-167-8327 (Shaft, Shouldered); NSN - 1025-01-606-1024 (Housing Assy, Sensor)
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) Land and Maritime is preparing a presolicitation for a Long-Term Contract (LTC) to acquire three National Stock Numbers (NSNs): Cover Assembly, Inde (1005-01-088-4400), Shaft, Shouldered (3040-01-167-8327), and Housing Assy, Sensor (1025-01-606-1024). This acquisition is a Total Small Business Set-Aside and will be a Firm-Fixed Price (FFP), Indefinite Quantity Contract (IQC). The solicitation is expected to be available on or around March 27, 2026.
Opportunity Details
This acquisition involves a consolidation of requirements (IAW FAR 7.107-2). The estimated demand quantities (ADQ) are: 93 for the Cover Assembly, 36 for the Shaft, and 18 for the Housing Assy. Items are unit of issue 'EA' (Each) and will be delivered to various stock locations in the continental United States (CONUS). Delivery schedules vary by NSN: 304 days for the Cover Assembly, 322 days for the Shaft, and 677 days for the Housing Assy.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP), Indefinite Quantity Contract (IQC) under FAR Part 15.
- Duration: One (1) three-year base period and two (2) one-year option periods.
- Set-Aside: Total Small Business Set-Aside.
- FOB & I/A: At Origin; First Destination Transportation (FDT) applies.
- Solicitation Availability: On or around March 27, 2026, at http://www.dibbs.bsm.dla.mil/.
- Response Date: Offers/Responses will be due prior to the closing date and time specified in Block 9 on Page 1 of Standard Form SF33 (Solicitation, Offer and Award). The anticipated response date is March 28, 2026.
Evaluation Criteria
Proposals will be evaluated using "Best Value" procedures, considering Price, Past Performance, and Proposed Delivery. All evaluation factors, other than price, when combined, are equal to price. Offers must be in English and U.S. dollars.
Key Requirements (from PID)
The attached Procurement Item Description (PID) details critical requirements for bidders:
- Packaging & Marking: Specifies methods (e.g., MIL-STD-2073-1E), materials, packing codes, and marking procedures (MIL-STD-129).
- Reference Numbers: Numerous reference numbers (e.g., RA001, RD001, RQ001) link to specific technical, quality, packaging, or export control requirements.
- Engineering Exceptions & Special Requirements: Highlights specific engineering exceptions, changes to distribution statements, and identifies "Critical Application Items" and "Defense Article" status, requiring adherence to ITAR and EAR regulations, including potential DDTC registration.
- Source Control: Some NSNs require adherence to source control drawings and approved sources.
- Export Control: Technical data export control requires JCP certification and DLA approval for access.
- Prohibitions: Prohibits Class I ozone-depleting chemicals and mercury or mercury-containing compounds, with specific exceptions.
- Technical Data Packages: Restricted technical data packages exist for certain items, necessitating non-disclosure and data destruction agreements.
Contact Information
Primary Point of Contact: Karen Sherrill, karen.sherrill@dla.mil, (614) 693-0152.