SOLICITATION NOTICE
29 -- FILTER ELEMENT, INTAKE AIR CLEANER
- Notice Date
- 7/10/2025 9:32:21 AM
- Notice Type
- Presolicitation
- NAICS
- 336390
— Other Motor Vehicle Parts Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7LX24RX053
- Archive Date
- 07/30/2025
- Point of Contact
- Joseph Coleman, Phone: 6146924583
- E-Mail Address
-
Joseph.Coleman@dla.mil
(Joseph.Coleman@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c). The Defense Logistics Agency (DLA) Land and Maritime, Columbus will be issuing a solicitation comprised of four (4) NSNs that are code and part numbered items. Solicitation will be a five-year, Firm-Fixed- Price, Indefinite Delivery Contract (IDC). The five-year period is inclusive of a three-year base period and two separately priced one-year option periods. First Destination Transportation (FDT) will apply to these items. This solicitation is being issued as Unrestricted, with Other Than Full and Open Competition as implemented by Federal Acquisition Regulations (FAR) 6.302-1. This solicitation will use procedures from FAR Subpart 13.5 � Simplified Acquisition Procedures for Commercial Items. The maximum contract value will be $6,769,989.66. Solicitation will be available on DIBBS on or about July 15, 2025, for at least 15 days. NAICS: Solicitation NAICS is 336390 (Other Motor Vehicle Parts Manufacturing). The size standard is 1000 employees. The required items being procured will be under Section B Schedule of Supplies of the solicitation. Search for the solicitation using the DIBBS RFP/IFB/Other RFQs database search and then click the Red ""Offer"" button on the search results screen (Note: users must be logged in to DIBBS to submit their quote through DIBBS). For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf. NSN Description & Approved CAGE & P/N: 2940-01-415-0984 FILTER ELEMENT, INTAKE AIR CLEANER DONALDSON COMPANY, INC. 18265 P/N P52-2892 AMC/AMSC: 3/D QCC: DAA Estimated Annual Demand Quantity: 523 PIC = 2: I/A at Destination First Destination Transportation (FDT): YES First Destination Packaging (FDP): NO 2940-01-514-2457 FILTER ELEMENT, INTAKE AIR CLEANER DONALDSON COMPANY, INC. 18265 P/N P548796 AMC/AMSC: 3/D QCC: DAA Estimated Annual Demand Quantity: 422 PIC = 2: I/A at Destination First Destination Transportation (FDT): YES First Destination Packaging (FDP): NO 2940-01-526-5483 FILTER ELEMENT, INTAKE AIR CLEANER DONALDSON COMPANY, INC. 18265 P/N P548781 AMC/AMSC: 3/C QCC: CAA Estimated Annual Demand Quantity: 3,699 PIC = 2: I/A at Destination First Destination Transportation (FDT): YES First Destination Packaging (FDP): NO 2990-01-245-7597 MUFFLER,EXHAUST DONALDSON COMPANY, INC. 18265 P/N WJM09-0554 AMC/AMSC: 3/B QCC: CAA Estimated Annual Demand Quantity: 29 PIC = 2: I/A at Destination First Destination Transportation (FDT): YES First Destination Packaging (FDP): YES TECHNICAL AND/OR QUALITY REQUIREMENTS: The offerors will be required to comply with all the technical and quality requirements associated with each NSN. Offerors shall ensure that items supplied are in accordance with all quality and technical requirements found in the Procurement Item Description (PID), which will be provided with the RFP. All of the shipments will be for stock. The appropriate clauses and/or provisions will be included in the solicitation. NSN: 2940-01-415-0984: ADEQUATE DATA FOR THE EVALUATION OF ALTERNATE OFFERS IS NOT AVAILABLE AT THE PROCUREMENT AGENCY. THE OFFEROR MUST PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. NSN(s): 2940-01-514-2457, 2940-01-526-5483: THE ALTERNATE OFFEROR IS REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. NSN: 2990-01-245-7597: THE CITED DRAWING IS A SOURCE CONTROLLED DRAWING AND AS OF THE DATE OF THIS SOLICITATION ONLY THE SOURCE(S) CITED ON THE DRAWING HAVE BEEN APPROVED. EVEN THOUGH SOURCES AND APPROVED PART NUMBERS ARE PROVIDED, THE ITEMS FURNISHED MUST MEET THE REQUIREMENTS OF THE CITED DRAWING. OFFERORS HO ARE INTERESTED IN QUALIFYING THEIR PRODUCT FOR PURPOSE OF FUTURE ACQUISITION MUST CONTACT THE COGNIZANT DESIGN ACTIVITY SPECIFIED ON THE SOURCE CONTROLLED DRAWING. ALSO, MAY INCLUDE ADDITIONAL APPROVED SOURCES THAT HAVE NOT BEEN REFLECTED ON THE DRAWING AT THIS TIME. Should a company wish to be reviewed and qualified as an ""Approved Source"", they may submit an application package through the DLA Land and Maritime Alternate Offer / Source Approval Request (SAR) Program. A SAR package contains all technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality or better than the Original Equipment Manufacturer (OEM). The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item which DLA Land and Maritime is procuring. Offerors should complete and submit their Alternate Offer (with SAR package) to the Contracting Officer listed in the Solicitation. For further information, please reference the DLA Land and Maritime web page at: http://www.dla.mil/LandandMaritime/Business/Selling/AlternateOffers.aspx Click on the highlight Alternate Offer/Source Approval Program for a detailed explanation for the information and format necessary for a SAR and for the SAR approval process. Offers not cited as an approved source are required to obtain source approval prior to award. The contractor must submit a Source Approval Request (SAR) PKG to DLA for evaluation. All required information must be provided.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8107c8568db14dbd894c952ca7854596/view)
- Place of Performance
- Address: Columbus, OH 43213, USA
- Zip Code: 43213
- Country: USA
- Zip Code: 43213
- Record
- SN07505327-F 20250712/250710230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |