Ram Assembly
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) Troop Support is soliciting proposals for a long-term Indefinite Quantity Contract (IQC) for Ram Assembly (NSN: 4540-01-663-1262). This is a full and open competition opportunity with a potential value of up to $7.5 million. Offers are due May 8, 2026, at 3:00 PM local time (Philadelphia, PA).
Opportunity Details
This solicitation seeks to establish a long-term contract for the procurement of commercial "RAM ASSEMBLY" items. The contract will be a fixed-price IQC with Economic Price Adjustment (EPA), featuring a two-year base term and three one-year option terms. The guaranteed minimum per contract year is $36,870.00, with an annual estimated quantity of 55 units. The maximum contract value is $7.5 million. Pricing must be submitted on an FOB Origin basis.
Scope of Work & Requirements
The primary deliverable is the RAM ASSEMBLY (NSN: 4540-01-663-1262). Key requirements include adherence to the DLA Master List of Technical and Quality Requirements, DLA packaging standards, and specific prohibitions against intentionally added mercury (with exceptions for functional mercury in certain components, which must be shock-proof and have secondary containment). The contract will provide coverage for DLA Direct Delivery for CONUS locations, and awardees must be capable of electronic access for delivery orders and invoicing.
Eligibility & Set-Aside
This acquisition is conducted under full and open competition. Large business concerns are required to submit a Small Business Subcontracting Plan. All offerors must be determined "responsible" in accordance with FAR Subpart 9.1.
Submission & Evaluation
Proposals will be evaluated primarily by price. Offers deviating from the solicitation's terms and conditions will be excluded. While certified cost and pricing data are not required, supporting price data may be requested. Proposals must be submitted via email to Jabari Martin (jabari.martin@dla.mil).
Key Regulatory Compliance
Bidders must carefully review and comply with numerous FAR and DFARS clauses and provisions detailed in Attachments A and B. These include requirements for SAM Registration, Unique Entity Identifier (UEI), Taxpayer Identification Number (TIN), Commercial and Government Entity (CAGE) Code, and certifications regarding responsibility. Critical clauses also address prohibitions on covered telecommunications equipment and services, unmanned aircraft systems, and transactions involving certain foreign countries. For DoD contracts, specific DFARS clauses cover safeguarding covered defense information, NIST SP 800-171 DoD Assessment Requirements, and small business subcontracting plans. Failure to comply with these regulatory requirements could lead to disqualification.
Important Dates
- Offer Due Date: May 8, 2026, at 3:00 PM local time (Philadelphia, PA)
- Published Date: April 8, 2026