Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 11, 2025 SAM #8720
SOLICITATION NOTICE

25 -- VARIOUS VEHICLE COMPONENTS: 2510004050210, 2540004205036, 2540011853214, 2540011858015, 2540011924501, 2540011929712, 2540014128610, 2540014914581, 2540014914584, 2540015003028, 2540015222505, 2540015987425, AND 2590016122977

Notice Date
10/9/2025 5:13:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336360 — Motor Vehicle Seating and Interior Trim Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX25R0063
 
Response Due
11/17/2025 8:59:00 PM
 
Archive Date
12/02/2025
 
Point of Contact
Anna Douglass, Phone: 6146931022
 
E-Mail Address
anna.douglass@dla.mil
(anna.douglass@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The subject requirement is for the acquisition of NSNs 2510-00-405-0210, 2540-00-420-5036, 2540-01-185-3214, 2540-01-185-8015, 2540-01-192-4501, 2540-01-192-9712, 2540-01-412-8610, 2540-01-491-4581, 2540-01-491-4584, 2540-01-500-3028, 2540-01-522-2505, 2540-01-598-7425, and 2590-01-612-2977. The FSCs for this requirement are 2510, 2540, an d2590. An Indefinite Quantity Long-Term Contract with a 3 year base and 2 option years is anticipated. The total duration base plus option years shall not exceed 5 years. Solicitation will be issued as a Total Small Business Set-Aside with Full and Open Competition after exclusion of sources for all NSNs. The solicitation will be available on October 17, 2025 at https://dibbs.bsm.dla.mil/rfp. Hard copies are not available. Increments and delivery schedules will be noted on the RFP. FOB Origin is required. Inspection/Acceptance is Destination for NSNs 2540-01-185-3214 and 2590-01-612-2977. Inspection/Acceptabce is Origin for all other NSNs. All responsible sources may submit an offer/quote, which shall be considered. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance, delivery, surge and sustainment, and socioeconomic support. 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).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/faaff1cfc7674b1b987ea122fde64e52/view)
 
Record
SN07615951-F 20251011/251009230039 (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.