NSN - 1005-01-088-4400(Cover Assembly, Inde); NSN - 3040-01-167-8327 (Shaft, Shouldered); NSN - 1025-01-606-1024 (Housing Assy, Sensor)
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 Presolicitation for a Long-Term Contract (LTC) for three National Stock Numbers (NSNs): Cover Assembly, Inde (1005-01-088-4400), Shaft, Shouldered (3040-01-167-8327), and Housing Assy, Sensor (1025-01-606-1024). This acquisition is a Total Small Business Set-Aside and will be a Firm-Fixed Price (FFP), Indefinite Quantity Contract (IQC). The solicitation is expected to be available on DIBBS around April 17, 2026. Offers will be due prior to the closing date specified in the solicitation.
Scope of Work
This acquisition involves a consolidation of requirements and covers the following items with their Estimated Demand Quantities (ADQ):
- 1005-01-088-4400; Cover Assembly, Inde; ADQ: 93
- 3040-01-167-8327; Shaft, Shouldered; ADQ: 36
- 1025-01-606-1024; Housing Assy, Sensor; ADQ: 18
All items have a Unit of Issue of EA (Each) and will be delivered to Various Stock Locations in the continental United States (CONUS). Delivery schedules vary by NSN: 304 days for the Cover Assembly, 322 days for the Shaft, and 677 days for the Housing Assembly.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP), Indefinite Quantity Contract (IQC) under FAR Part 15.
- Duration: One (1) three-year (3-year) base period and two (2) one-year (1-year) option periods.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- FOB and Inspection/Acceptance (I/A): At Origin.
- First Destination Transportation (FDT): Applies.
- Solicitation Availability: On DIBBS (http://www.dibbs.bsm.dla.mil/) around April 17, 2026.
- Response Date: Offers/Responses will be due prior to the closing date and time specified in the SF33.
Evaluation
Proposals will be evaluated using "Best Value" procedures based on Price, Past Performance, and Proposed Delivery. All evaluation factors, other than price, when combined are equal to price.
Key Document Details (PID: SPE7LX25R0075 PID Packing and Marking.pdf)
This critical document details specific requirements for packaging, marking, and handling. Bidders must ensure compliance with:
- Packaging Data: MIL-STD-2073-1E methods and materials.
- Marking Requirements: MIL-STD-129 procedures.
- Engineering Exceptions & Special Requirements: Includes details on "Critical Application Items" and "Defense Article" status, requiring adherence to ITAR and EAR regulations, potentially including DDTC registration.
- Source Control: Some NSNs require adherence to source control drawings and approved sources.
- Export Control: Technical data access requires JCP certification and DLA approval.
- Prohibitions: Class I ozone-depleting chemicals and mercury are prohibited, with specific exceptions.
- Technical Data Packages: Restricted technical data packages exist for certain items, necessitating non-disclosure and data destruction agreements.
Contact Information
For inquiries, contact Karen Sherrill at karen.sherrill@dla.mil or (614) 693-0152.