SPE4A526R0152; 4810013247599; Valve, Assembly, Mani.
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) Aviation has issued a Presolicitation (SPE4A526R0152) for an unrestricted non-commercial Firm Fixed Price Contract for Valve Assembly, Mani. (NSN 4810013247599). The solicitation is anticipated to be released on or about March 18, 2026. Responses to this synopsis from surplus dealers and distributors are due by March 17, 2026.
Scope of Work
This opportunity is for NSN 4810013247599, Valve Assembly, Mani. The item is non-commercial, not a Critical Safety Item (CSI), and not hazardous. Terms are FOB Origin, with Inspection and Acceptance at Destination. Quality Conformance Code (QCC) is ECA. Requested delivery is 519 days ARO.
Contract & Timeline
- Type: Non-commercial Firm Fixed Price Contract (IAW FAR Part 15)
- Set-Aside: Unrestricted
- Anticipated Solicitation Release: On or about March 18, 2026
- Synopsis Response Due: March 17, 2026, 7:00 PM EST
- Published: March 2, 2026
Evaluation
The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the forthcoming solicitation.
Additional Notes
The solicitation will be available via the DIBBS Website (https://www.dibbs.bsm.dla.mil/) on its issue date. Paper copies will not be available. Surplus dealers, small business dealers, and distributors with existing stock or newly manufactured material are invited to respond to this synopsis. Responses should include a completed surplus certificate (DLAD 52.211-9000) or adequate traceability documentation, along with quantity available and price. The government may alter its acquisition strategy based on these responses.