Sources Sought for 8 NSNs - CL25043001
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 conducting a Sources Sought to identify potential sources for a five-year long-term contract (LTC) for 8 National Stock Numbers (NSNs). This is not a request for quotes or proposals. Responses are due by March 3, 2026.
Scope of Work
The opportunity seeks sources capable of manufacturing and supplying 8 specific NSNs, including:
- CLIN 0001: 1720-00-193-8853 COVER,TENSIONER CYLINDER ASSY (Estimated ADQ: 17EA)
- CLIN 0002: 3040-01-271-9547 CONNECTING LINK,RIGID (Estimated ADQ: 91EA)
- CLIN 0003: 2530-01-411-7897 ANCHOR,TORSION BAR (Estimated ADQ: 253EA)
- CLIN 0004: 2540-01-434-8595 TOWBAR,MOTOR VEHICLE (Estimated ADQ: 513EA)
- CLIN 0005: 3020-01-447-8108 ADAPTER,CHAIN (Estimated ADQ: 15EA)
- CLIN 0006: 3020-01-461-7719 GEARSHIFT ASSEMBLY (Estimated ADQ: 6EA)
- CLIN 0007: 1015-01-599-2325 ROD AND FOLLOWER ASSY,BREECHBLOCK (Estimated ADQ: 99EA)
- CLIN 0008: 1025-01-699-5422 HOWITZER CONTROL LEVER (Estimated ADQ: 53EA)
All NSNs have an Acquisition Method Code (AMC) / Acquisition Method Suffix Code (AMSC) of "1/G", indicating suitability for competitive acquisition with complete technical data available. All items are export-controlled under ITAR/EAR.
Contract & Timeline
- Type: Sources Sought (for a potential Long-Term Contract)
- Duration: Potential five (5) years, including option periods
- Set-Aside: None specified
- Response Due: March 3, 2026, 04:59 AM EST
- Published: February 20, 2026
Requirements & Evaluation
Interested vendors must demonstrate:
- Capacity to support a five-year LTC.
- Experience in contracts of similar size, scope, and value.
- Active and current Enhanced Joint Certification Program (eJCP) certification.
Specific requirements for certain NSNs include:
- CLIN 0001: Critical Application Item (CAI), ALRE Item.
- CLIN 0004: CAI, Certificate of Conformance (COC), Special Packaging Instruction (SPI).
- CLIN 0006: Government Production Lot Test (GPLT) applies.
- CLIN 0007 & 0008: Classified as Critical Gun Parts. Potential sources must demonstrate robust quality control, complete material traceability, and compliance with firearms regulations. CLIN 0007 also requires Contractor First Article Test (CFAT), Production Verification Testing (PVT), and DDTC. CLIN 0008 requires CFAT, PVT, and Qualified Products List/Qualified Manufacturers List (QPL/QML) approval.
Additional Notes
Technical data, including drawings, are available in DIBBS cFolders. Companies wishing to become an "Approved Source" may submit an application package through the DLA Land and Maritime Alternate Offer/Source Approval Request (SAR) Program. This notice is for market research only and does not constitute an RFQ/RFP.