Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 19, 2025 SAM #8728
SOURCES SOUGHT

25 -- Transparent Armor

Notice Date
10/17/2025 11:51:08 AM
 
Notice Type
Sources Sought
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
CL25247001
 
Response Due
10/24/2025 8:59:00 PM
 
Archive Date
11/08/2025
 
Point of Contact
Joseph Coleman614-693-0141
 
E-Mail Address
Joseph.Coleman@dla.mil
(Joseph.Coleman@dla.mil)
 
Description
DLA Land and Maritime plans to issue a solicitation for two (2) National Stock Numbers (NSN), that are drawing items. The solicitation will be a five-year, Firm-Fixed-Price, Indefinite Quantity Contract (IQC). The five-year period is inclusive of a three-year base period and two separately priced one-year option periods. First Destination Transportation (FDT) applies to these items. The maximum contract value will be $3,777,240.64. Solicitation will be available on DIBBS on or about November 20, 2025. The purpose of this synopsis is to identify qualified vendors capable of manufacturing items in accordance with the requirements listed below. Please review the below NSNs and provide us with any additional sources that are able to manufacture these items. Please provide the company name, city / state, country if applicable, and POCs with telephone /email information. All information can be submitted to Joseph Coleman at Joseph.Coleman@dla.mil. Phone 614 693-0141. NSN NAME 2541-01-189-9748 ARMOR,TRANSPARENT,VEHICULAR WINDOW 2541-01-289-2233 ARMOR,TRANSPARENT,VEHICULAR WINDOW AMC /AMSC = 1/G 2541-01-189-9748: Estimated annual quantity is 649 2541-01-289-2233: Estimated annual quantity is 790 See attachment for additional item description, packaging, and marking information on items. --------------------------------------------------------------- Responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is for market research purposes only. Any information submitted is at the company's own expense. The Government will not reimburse respondents for any costs associated with submission of capability statements in connection with the market survey. Any information provided is voluntary. Some items have technical data, some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR) and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA Contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/Logistics-Operations/Enhanced-Validation/ To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/837fdcfb63b54de1ac3239a86f32b25d/view)
 
Place of Performance
Address: Columbus, OH 43218, USA
Zip Code: 43218
Country: USA
 
Record
SN07621988-F 20251019/251017230034 (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.