PROJECT CM25265004
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.
NSN(s):
4710-01-229-7700 “TUBE ASSEMBLY, METAL”
4730-01-493-8729 “ELBOW, TUBE”
4710-01-229-7700
Item Description: see above
Item procured in accordance with:
EATON AEROQUIP LLC (00624) P/N: AE8533OU
RC FLUID ENGINEERING, INC (057Y9) P/N: 180002-00
Unit of Issue: EA
Inspection/Acceptance: Origin
FOB: Origin – First Destination and Transportation (FDT) applies – STOCK ONLY
Delivery Schedule:
The required delivery is 120 days for Production. Item requires a Government First Article Test. Delivery of FAT is 90 days with 90 days for Government review. Total delivery with FAT requirement is 300 days. Delivery will be 120 days with waiver of FAT.
4730-01-493-8729
Item Description: see above
Item procured in accordance with:
EATON AEROQUIP LLC (00624) P/N: AE73294U
RC FLUID ENGINEERING, INC (057Y9) P/N: 180007-00
Unit of Issue: EA
Inspection/Acceptance: Destination
FOB: Origin – First Destination and Transportation (FDT) applies – STOCK ONLY
Delivery Schedule:
The required delivery is 150 Days
The Small Business size standard for this acquisition is 750 employees.
Quantity:
Anticipated type of contract is an IQC. Items to be shipped to various military depot locations within established minimum & maximum quantity limits on an as needed basis.
Unit of Issue: EA
One or more of the items under this acquisition may be subject to the World Trade Organization Government Procurement Agreement and Trade Agreements
This acquisition is for firm fixed price, Indefinite Quantity Contract (IQC) utilizing FAR Part 15 procedures. Acquisition is an other than full and open competition and is not set-aside for small business
The solicitation will be available on DLA’s Internet Bid Board Site
http://www.dibbs.bsm.dla.mil/rfp on or about 12/02/2025
The total duration shall not exceed 1 BASE year and 2 single option years.
Specifications, plans or drawings are not available.
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).
While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation.
Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
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