Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2025 SAM #8630
SOLICITATION NOTICE

30 -- CL25147002 Market Research

Notice Date
7/11/2025 7:45:56 AM
 
Notice Type
Presolicitation
 
NAICS
333613 — Mechanical Power Transmission Equipment Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX25R0074
 
Response Due
7/28/2025 3:00:00 AM
 
Archive Date
07/28/2025
 
Point of Contact
Tyler Bender
 
E-Mail Address
tyler.bender@dla.mil
(tyler.bender@dla.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Description
PRESOLICITATION NOTICE: Notice from the Department of Defense, Defense Logistics Agency, Strategic Acquisition Program Directorate (SAPD) at DLA Columbus, Ohio. The SAPD/ZAA Division is intending to issue a solicitation for the following National Stock Numbers (NSNs). The purpose of this proposed contract action is to establish a five (5) year long-term contract via indefinite quantity contract (IQC) for DLA Stock replenishment. NSN: 3020001411154 NAICS: 333613 PSC: 3020 Item Description: SPROCKET WHEEL NSN: 3040013962827 NAICS: 333310 PSC: 3040 Item Description: HUB, BODY The opportunity will be set aside exclusively for Service Disabled Veteran-Owned Small Businesses. The Government intends to award one (1) IQC per NSN to the most successful offeror (all or none by NSN). In the event one (1) offeror presents the best value for both NSNs, one (1) IQC may be issued for both IQCs. If a single award is made that covers both NSNs, the small business size standard will be 750 employees. If two (2) different awards are made (one (1) per NSN) the following breaks out the associated size standards for each: NSN: 3020001411154 NAICS: 333613 PSC: 3020 Item Description: SPROCKET WHEEL Small Business Size Standard: 750 Employees NSN: 304001396282 NAICS: 333310 PSC: 3040 Item Description: HUB, BODY Small Business Size Standard: 1,000 Employees The solicitation will be for a Firm-Fixed-Price (FFP) IQC with a five (5) year base period and no options. The electronic solicitation will be released on DLA�s Internet Bid Board System (DIBBS), as well as the Government Point of Entry, SAM.gov. Solicitation Particulars: This solicitation will be issued as a FAR 15 non-commercial acquisition. The evaluation will be conducted through full tradeoff procedures and awarded to the offeror presenting the best value. The Government will evaluate offers following the evaluation procedures that will be outlined in Section M of the solicitation. Offerors will be required to comply with First Article Testing Requirements; Phosphate Coating Supplier Certification Requirements; Qualified Product List/Material Compliance; Higher Level Quality Requirements; and Surge and Sustainment Requirements. Estimated Total Contract Award Value: ~$1M Estimated Annual Demand Quantity NSN: 3020001411154 � 387 Units NSN: 304001396282 � 35 Units Required Delivery NSN: 3020001411154 � 180 Days after receipt of order NSN: 304001396282 � 185 Days after receipt of order Inspection at Source/Acceptance at Source First Destination Transportation Requirements Free on Board: Origin One or more of the items under this acquisition is subject to the Buy American and Balance of Payments Program. FAR 15 procedures will be utilized for this IQC. Award will be made on a best value basis per the evaluation factors in the solicitation on an all or none basis per NSN. The solicitation along with the technical data package will be posted on the DLA Internet Bid Board System (DIBBS) and the Government Point of Entry (SAM.gov). Please see the attached Product Item Description (PID) for technical details on the NSNs. Submission of proposals by email is permitted, however the preferred methodology is through DIBBS. Once the solicitation is issued, all proposals submitted via email shall be addressed to tyler.bender@dla.mil and shall not exceed 15MB. If there are any questions regarding this pre-solicitation notice, contact tyler.bender@dla.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/19d7ea174ab449f4baa9f382b9cf286b/view)
 
Place of Performance
Address: Columbus, OH, USA
Country: USA
 
Record
SN07506916-F 20250713/250711230043 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.