Multiple 3 NSNs LTC

The Defense Logistics Agency (DLA) is issuing an unrestricted solicitation under Project Number CM23261002 for a firm-fixed-price Indefinite Quantity Contract (IQC) for parts used in multiple aircraft platforms, including the F/A-18 and E2/C2 series. This contract will support DLA stock locations across CONUS and will include three NSNs sourced from East/West Industries, Inc.

Solicitation Description

Project Number CM23261002 includes:

NSN: 4710-01-365-7172

Approved Source: East/West Industries, Inc. (30941)

Part Number: 325E355-1

AMC/AMSC: 3/C

QCC: FBA

WSDC: Z9N, Aircraft, F/A-18, A-D, E/F, G (GROWLER)

NAICS: 332996, Business Standard Size: 550. This is not on the NMR class waiver list.

ADQ: 76 EA

NSN: 4730-01-334-3031

Approved Source: East/West Industries, Inc. (30941)

Part Number: 269D900-1

AMC/AMSC: 3/C

QCC: DAA

WSDC: EEN, E2/C2 ALL SERIES AIRCRAFT

NAICS: 336413, Business Standard Size: 1,250. This is not on the NMR class waiver list.

ADQ: 58 EA

NSN: 4820-01-365-5583

Approved Source: East/West Industries, Inc. (30941)

Part Number: 361E840-1

AMC/AMSC: 3/C

QCC: FBF

WSDC: Z9N, Aircraft, F/A-18, A-D, E/F, G (GROWLER)

NAICS: 332911, Business Standard Size: 750. This is not on the NMR class waiver list.

ADQ: 90 EA

This is an UNRESTRICTED solicitation (Other Than Full and Open Competition).

The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC) for the procurement of National Stock Numbers (NSN) 4710-01-365-7172, 4730-01-334-3031, 4820-01-365-5583 . The Government is pursuing a long-term contract, for the duration of a three-year base and two separately priced one-year option periods for a potential total of 5 years. The total contract value is not to exceed $4,899,900.00. This requirement is for DLA stock support in the continental United States (CONUS).

While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance, and small business participation as described in the solicitation. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the US by the Trade Agreements Act of 1979.

FOB and Inspection/Acceptance points are as required per the solicitation. Increments and delivery schedule will also be noted in the solicitation.

The solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/rfp on or about 04/04/25; This acquisition is for supplies for which the Government does not possess complete unrestrictive technical data; therefore, the Government intends to solicit and contract for only approved sources under the authority of 10 USC 3204(a)(1). Hard copies of the solicitation are not available. Responsible sources may submit an offer/quote, which shall be considered.

All proposals shall be in the English language and in US dollars. Interested suppliers may submit a proposal by the preferred method of uploading through DIBBs or via an email (electronic commerce) sent to [email protected]. Proposals sent by email cannot exceed 15MB.

Solicitation in a Nutshell

Item

Details

Agency Department of Defense
Solicitation Number SPE7MX25R0023
Status Pre-RFP
Solicitation Date 03/24/2025
Award Date N/A
Contract Ceiling Value $4,900,000
Related Notices: Multiple 3 NSNs LTC CM23261002
Competition Type Other Than Full and Open / Unrestricted
Type of Award Indefinite Quantity Contract
Primary Requirement Valves, Nonpowered
Duration 3-year base + 2 x 1-year option periods
Contract Type Firm Fixed Price
No. of Expected Awards 1
NAICS Code(s): 332911
Industrial Valve Manufacturing
Size Standard: 750 Employees
Place of Performance:
  • United States
Opportunity Website: https://sam.gov/opp/2933cb933f074985b977df852a540088/view

Multiple 3 NSNs LTC Background

N/A

Multiple 3 NSNs LTC 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.