7 NSNs: Arm and Hib Assy

The Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio has a requirement for the stock replenishment of multiple National Stock Numbers (NSNs) including Arm and Hub Assemblies, Hub Cap Wheels, Idler Assemblies, Support Assemblies for Suspension, Retaining Plates, and Pivot Arm Assemblies, in support of military depots.

Solicitation Description

PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends

to solicit for the following National Stock Numbers (NSNs). The purpose of this contract is to provide stock

replenishment coverage in support of military depots.

NSN 2530-01-083-5415, Arm and Hub Assembly. This material is being procured in accordance with CAGE 19207 Basic drawing 10920704. The required delivery is 290 days. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 336350 with a business size standard of 1500. NSN 2530-01-102-4769, Hub Cap Wheel. This material is being procured in accordance with CAGE 19207 BASIC DRAWING 12296926. The required delivery is 100 days. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 336390 with a business size standard of 1000. NSN 2530-01-214-1114, Idler Assembly. This material is being procured in accordance with CAGE 19207 BASIC DRAWING 12296930. The required delivery is 100 days. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 336390 with a business size of 1000. NSN 2590-01-289-6364, Support Assy, Suspension. This material is being procured in accordance with CAGE 19207 Basic drawing 12296931-1. The required delivery is 115 days. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 336992 with a business size standard of 1500. NSN 2590-01-289-6365, Support Assy, Suspension. This material is being procured in accordance with CAGE 19207 Basic drawing 12296931-2. The required delivery is 115 days. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 336992 with a business size standard of 1500.

NSN 3040-01-345-0548, Plate, Retaining, Shaft. This material is being procured in accordance with CAGE 19207 Basic drawing 12347351. The required delivery is 175 days. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 333613 with a business size standard of 750. NSN 2530-01-623-9502, Arm Assembly, Pivot, Track Suspension. This material is being procured in accordance with CAGE 19207 Basic drawing 12520468-2. The required delivery is 100 days. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 336390 with a business size standard of 1000.

This solicitation is being issued under the First Destination Transportation (FDT) program. This solicitation is not set-aside for small business. This solicitation will include a Hubzone price evaluation preference. A subcontracting plan will be required of large businesses. Small Business(SB) Participation evaluation factor will be included in this solicitation.

The requirement is a Fixed Price, Indefinite Quantity Contract (IQC), and the contract period will be for a three (3) year base period with two (2) one year options to be exercised at the discretion of the Government. The total duration (base plus option years) shall not exceed 5 years. This material is not commercial; therefore, the Government is not using the policies contained in Part FAR 12 in its solicitation for these items. However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government s requirement with the commercial items with 15 days of this notice. This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp on or about the issue date of April 9, 2025 (4/9/2025) under solicitation# SPE7LX25R0039. Hard copies of this solicitation are not available.

While price may be a significant factor in the evaluation of offers, proposals will be evaluated based upon a combination of Price, Past Performance, Delivery, and other evaluation factors described in the solicitation. All offers shall be in English and in US dollars.

A surge requirement applies to NSNs 2530-01-214-1114, 2590-01-289-6364, 2590-01-289-6365 and 2530-01-623-9502. Hazardous material may apply to some of the items. Certified cost and pricing data (CCPD) will be required for this procurement. Component QPL may apply to some items. Measuring and Testing may apply to some items. Items are critical application. Quality Conformance Inspection applies to some of the items. Tailored Higher Level Contract Quality requirements apply to some of the items. A NIST assessment and eJCP certification will be required in this solicitation.

The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved Enhanced US/Canada Joint Certification Program (eJCP) certification 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/.

The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the on-line auction, offerors’ proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror’s identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror’s proposed pricing (e.g., “Offeror A”). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror’s final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed, and final proposal revisions are again requested in accordance with FAR 15.307.

Submission of proposal by electronic commerce (e-mail) is allowed. Preferred method to submit proposal is to upload through Dibbs. Submit e-mailed proposals to [email protected]. E-mailed proposals cannot exceed 15MB.

4/23/25 revision

This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp on or about the issue date of May 1, 2025 (5/1/2025) under solicitation# SPE7LX25R0039.

Solicitation in a Nutshell

Item

Details

Agency Department of Defense
Solicitation Number SPE7LX25R0039
Status Pre-RFP
Solicitation Date 03/25/2025
Award Date N/A
Contract Ceiling Value N/A
Related Notices: 7 NSNs: Arm and Hib Assy, Hub Cap Wheel, Idler Assy, Support Assy, Plate Retaining Shaft, Arm Assy Pivot Track
Competition Type Full and Open / Unrestricted
Type of Award Indefinite Quantity Contract (IDIQ)
Primary Requirement Miscellaneous Power Transmission Equipment
Duration 3 year(s) base plus 2 x 1 year(s) option(s)
Contract Type Firm Fixed Price
No. of Expected Awards Multiple – Number Unknown
NAICS Code(s): 333613
Mechanical Power Transmission Equipment Manufacturing
Size Standard: 750 Employees
Place of Performance:
  • United States
Opportunity Website: https://sam.gov/opp/85fcec3da29a485995665ffa190f94fc/view

7 NSNs: Arm and Hib Assy Background

N/A

7 NSNs: Arm and Hib Assy Requirements

N/A

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.