PROJECT CL25034002
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) Weapons Support is planning a Presolicitation for PROJECT CL25034002, covering 17 National Stock Numbers (NSNs) across various Federal Stock Classes (FSCs) including Pipe, Tube, and Rigid Tubing. This opportunity is set aside for eligible 8(a) concerns only. The resulting contract will be a long-term indefinite quantity fixed-price contract with a base year and two option years. The solicitation is expected to be available on December 29, 2025, with proposals due by January 28, 2026.
Scope of Work
This acquisition involves 17 specific NSNs, for which the Government possesses complete technical data rights. The contract requires shipments to various military depot locations on an as-needed basis, within established minimum and maximum quantity limits. Attachment I provides a detailed list of these procurement NSNs, including CLINs, item names, and other relevant codes.
Contract & Timeline
- Type: Long-term Indefinite Quantity Fixed-Price Contract with annual price adjustment.
- Duration: One-year base period + two one-year option periods.
- Set-Aside: 8(a) Set-Aside (FAR 19.8); limited to eligible 8(a) concerns only.
- NAICS: 332999 (All Other Miscellaneous Fabricated Metal Product Manufacturing); Size Standard: 750 employees.
- Solicitation Availability: December 29, 2025, on DIBBS.
- Proposal Due: January 28, 2026, 9:30 PM EST.
- Published: December 9, 2025.
Acquisition Strategy & Evaluation
This acquisition will be procured under FAR Part 15 as full and open competition after exclusion of sources under the 8(a) program. Evaluation factors will include price, past performance, and delivery. The acquisition consolidates requirements in accordance with FAR 7.107-2.
Special Requirements
- Export Control: Some or all technical data is subject to ITAR or EAR regulations. Offerors and proposed sources must have approved US/Canada Joint Certification Program (JCP) certification and DLA controlling authority approval prior to award. DLA will not delay award for approval.
- Technical Data: Drawings and specifications will be available via the DIBBS solicitation link.
- Submission: Proposals may be submitted via DIBBS Upload or Email. Contact Mindy Cook (mindy.cook@dla.mil) for inquiries.