NSN 4730012539953
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) Columbus, Strategic Acquisition Program Directorate (SAPD/ZAA Division), is conducting Sources Sought market research to identify potential sources, including small businesses, capable of supplying REPAIR KIT,PIPE,EMERGENCY (NSN 4730012539953). This is not a solicitation, but market research to inform a potential future Indefinite Delivery Contract (IDC) or Long-Term Contract (LTC). Responses are due by April 10, 2026, 4 PM EST.
Purpose
The primary purpose of this Sources Sought notice is to gather information from industry to determine the acquisition strategy for a future solicitation. The DLA aims to identify qualified manufacturers and distributors for the specified item, assess market capabilities, and decide whether any forthcoming solicitation will be conducted as a full and open competition or with specific set-asides.
Scope of Interest
The DLA is seeking sources for REPAIR KIT,PIPE,EMERGENCY, with an estimated annual demand quantity of 1330 units. The item's Acquisition Method Code (AMC) is '1' (Suitable for Competition), and the Acquisition Method Suffix Code (AMSC) is 'G' (Government has rights to technical data, complete data package). Key requirements for the repair kit include:
- Specific components: ten (10) EWARPS, ten (10) pairs of latex gloves, one (1) pair of visitors spectacles, and associated Material Safety Data Sheets (MSDS).
- Material restrictions: No asbestos, no Class I ozone-depleting chemicals.
- Shelf-life: At least 85% upon receipt at depot (aim for 90%), with a 24-month non-extendable shelf-life (RS016).
- Reporting: Provide reports on A-A-50434 specifying patching material size and amount.
- Compliance with technical (RQ002, RD003, RQ017, RQ009, RP001) and quality (RA001) requirements.
Key Requirements for Respondents
Interested parties must:
- Review the Technical Data Package (drawings) available in cFolders (https://pcf1x.bsm.dla.mil/cfolders/) under project number MR012539953, or by searching NSN 4730012539953 or NIIN 012539953.
- Complete the attached Market Research Survey (CM26033001_Market_Survey.docx), which covers company details (NAICS 332996), manufacturer/distributor status, interest in LTCs, pricing structures, commercial item status, and delivery capabilities.
- Complete the attached spreadsheet (CM26033001_NSN_Information.xlsx) with vendor-specific information, including production capacity limits.
- Submit all information to tyler.bender@dla.mil with the subject line “CM26033001– SSS”.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (seeking all sources, including small businesses)
- Response Due: April 10, 2026, 4 PM EST
- Published: April 3, 2026
- Place of Performance: Columbus, OH 43218 USA
Additional Notes
This RFI is for market research only and does not constitute an offer or commitment by the Government. Respondents will not be reimbursed for costs associated with submissions. The Government's assessment of capability statements will factor into future solicitation decisions.