Small Arms
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) Land and Maritime is issuing a pre-solicitation for a long-term Indefinite Quantity Contract for various Small Arms components (FSC 1005). This contract aims to provide DLA Direct (Stocked) replenishment coverage for military depots. The solicitation, SPE7LX26R0033, will be available on May 29, 2026, with proposals due by June 30, 2026. This is an Unrestricted / Full and Open Competition opportunity.
Scope of Work
The requirement is for the acquisition of specific National Stock Numbers (NSNs) related to small arms, including:
- CLIN 0001: GUIDE, CARTRIDGE, SMALL ARMS (NSN: 1005010328154, Est. Yearly Qty: 815 EA)
- CLIN 0002: BOLT, BREECH (NSN: 1005010339410, Est. Yearly Qty: 1,101 EA)
- CLIN 0003: LEVER, BREECHBLOCK, C (NSN: 1005014090143, Est. Yearly Qty: 96 EA)
- CLIN 0004: COVER, EJECTION OPEN (NSN: 1005014415758, Est. Yearly Qty: 1,171 EA)
- CLIN 0005: BARREL, MACHINE GUN (NSN: 1005015367959, Est. Yearly Qty: 374 EA)
- CLIN 0006: BARREL, MACHINE GUN (NSN: 1005015589820, Est. Yearly Qty: 576 BX)
- CLIN 0007: BARREL ASSEMBLY, SHO (NSN: 1005015646769, Est. Yearly Qty: 1,086 EA) Inspection at Origin will be utilized for all Contract Line Item Numbers (CLINs).
Contract & Timeline
- Type: Indefinite Quantity Contract with Firm Fixed Pricing.
- Duration: 3-year base period with two 1-year option periods, for a potential total of 5 years.
- Set-Aside: Unrestricted / Full and Open Competition.
- Solicitation Availability: May 29, 2026, on https://www.dibbs.bsm.dla.mil/rfp.
- Proposal Due: June 30, 2026.
- Published: May 14, 2026.
Evaluation
Award will be based on a combination of price, delivery, past performance, and other factors detailed in the solicitation. The Contracting Officer may utilize online Reverse Auctioning for price discussions, where offerors' proposed prices will be anonymously disclosed. Participation in the Reverse Auction is required, and the final auction price will be considered the final proposal revision.
Additional Notes
- The government is not using FAR Part 12 (Acquisition of Commercial Items) but interested parties may identify their capability to satisfy the requirement with a commercial item within 15 days of this notice.
- Drawings will be available with the solicitation, if applicable, and can be downloaded by authorized users from the cFolders website (https://pcf1.bsm.dla.mil/cfolders) by querying for solicitation number SPE7LX26R0033. A Non-Disclosure Agreement (NDA) may be required for licensed NSNs.
- A Small Business Participation Commitment Document (SBPCD) is attached, requiring offerors to detail their proposed commitments to utilizing U.S. Small Businesses, with a minimum of 3% of the total contract dollar value required for small business participation. This is a key evaluation factor.
- A Qualified Products List (QPL) for Coatings, Powder, Thermosetting (MIL-PRF-24712) is also attached, identifying qualified products for a different product category.
- Primary Point of Contact: Matthew Stein, Matthew.Stein@dla.mil, (614) 693-4915.