Slotted Steel Angles for DLA Distribution Oklahoma City (DDOO)
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) Distribution is issuing a Request for Quotation (RFQ) for Slotted Steel Angles to support DLA Distribution Oklahoma City (DDOO). This acquisition is a Total Small Business Set-Aside and will result in a firm-fixed-price purchase order. Quotes are due by May 1, 2026, at 10:00 AM EST.
Scope of Work
This opportunity requires the provision of 300 bundles of slotted metal angles. Each angle must be zinc-coated, 12ft long, #12 gauge, and measure 1.500in by 3.00in. Packaging requirements specify 10 angles per bundle, including a minimum of 75 bolts and nuts. All bundles must be shipped on serviceable, winged, heat-treated, certified pallets in accordance with MD00100452, Revision C, and DOD Manual 4140.65-M. Delivery lead time is 30 days After Receipt of Order (ARO).
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) purchase order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 332999 (Size Standard: 750 employees).
- Product Service Code (PSC): 7125 - Cabinets, Lockers, Bins, And Shelving.
- Response Due: May 1, 2026, 10:00 AM EST.
- Published: April 28, 2026.
- Period of Performance: Delivery within 30 days ARO.
Submission & Evaluation
Quotes must be submitted electronically via email to haydyn.obrien@dla.mil by the deadline; facsimile and hard copy submissions will not be accepted. Submissions require three separate volumes: E-FILE I (Technical/Business Capability), E-FILE II (Past Performance), and E-FILE III (Pricing & Administrative). Evaluation will be based on Technical Capability and Past Performance (acceptable/unacceptable basis), with the award going to the lowest evaluated price among technically acceptable and responsible offerors.
Additional Notes
Invoicing and payments will be processed through Wide Area Workflow (WAWF). The Free On Board (FOB) designation is Destination. Primary Point of Contact: Haydyn O'Brien, Acquisition Specialist (haydyn.obrien@dla.mil, 614-693-3424). Secondary Point of Contact: Erik J. Smith, Contracting Officer (erik.smith@dla.mil, 614-693-3137).