TRUCK PARTS (17 NSNs)
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) Weapons Support (Columbus) is preparing to issue a solicitation for TRUCK PARTS (17 NSNs). This acquisition involves a consolidation of requirements for drawing items, structured as a Firm-Fixed-Price, Indefinite Delivery Contract with a maximum value of $8,682,080.79. This opportunity is a 100% Small Business Set-Aside. The solicitation is expected to be available on DIBBS around March 12, 2026, with responses due by March 31, 2026.
Scope of Work
This acquisition covers seventeen (17) National Stock Numbers (NSNs) for truck parts, which are drawing items. The required items will be detailed in Section B Schedule of Supplies. Offerors must comply with all technical and quality requirements outlined in the Procurement Item Description (PID), which will be provided with the RFP. Some items involve export-controlled technical data (ITAR/EAR) and may require Product Verification Testing (PVT), First Article Testing (FAT), Certificate of Conformance (COC), Item Unique Identification (IUID), and specific casting, sampling, and phosphate coating requirements.
Contract & Timeline
- Type: Firm-Fixed-Price, Indefinite Delivery Contract
- Duration: Up to five years (three-year base period + two one-year option periods)
- Maximum Value: $8,682,080.79
- Set-Aside: 100% Small Business Set-Aside
- NAICS: 332994 (Small Arms, Ordnance, and Ordnance Accessories Manufacturing) with a 1000-employee size standard
- Solicitation Release: On or about March 12, 2026, on DIBBS (for at least 15 days)
- Response Due: March 31, 2026, at 03:59:00Z
- Published: March 10, 2026
Key Requirements & Submission
Bidders must have an approved US/Canada Joint Certification Program (JCP) certification and DLA approval to access export-controlled data, as some items are designated as "Defense Articles" subject to ITAR. The "PID PACK MARKING.pdf" document details specific packaging (MIL-STD-2073-1E), marking (MIL-STD-129), and palletization (RP001) requirements for each CLIN, along with technical drawings and quality assurance provisions. First Destination Transportation (FDT) will apply to some items. Offers must be submitted through DIBBS by clicking the "Offer" button after logging in.
Additional Notes
This is a Presolicitation notice. The determination for consolidation of requirements will be posted with the solicitation. Procedures from FAR Subpart 13.5 (Simplified Acquisition Procedures for Commercial Items) will be used.