SPECIAL NOTICE
99 -- Notice of Intent to Establish Basic Ordering Agreements for Class IX Supplies
- Notice Date
- 9/2/2025 6:45:53 AM
- Notice Type
- Special Notice
- Contracting Office
- W6QK ACC- DTA WARREN MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- PANDTA-25-P-0000_028214
- Response Due
- 9/17/2025 12:00:00 PM
- Archive Date
- 10/02/2025
- Point of Contact
- Nicholas Lang, Sarah Teschler
- E-Mail Address
-
nicholas.a.lang.civ@army.mil, sarah.j.teschler.civ@army.mil
(nicholas.a.lang.civ@army.mil, sarah.j.teschler.civ@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- 1. Introduction The U.S. Army Contracting Command � Detroit Arsenal (ACC-DTA) is issuing this Special Notice to inform prospective vendors of its intent to establish multiple Basic Ordering Agreements (BOAs) for the procurement of Class IX consumable parts. ACC-DTA intends to solicit offers from all qualified and responsible contractors and vendors capable of providing these supplies for maintenance support across a wide range of Army equipment. This notice is for informational purposes only and does not constitute a Request for Proposal (RFP), solicitation, commitment to award a contract, nor establish a Basic Ordering Agreement. The U.S. Government is not responsible for any costs incurred by prospective vendors in responding to this notice. 2. Scope ACC-DTA anticipates establishing BOAs in accordance with Federal Acquisition Regulation (FAR) Parts 12, 13, and 15. Subsequent contracts (orders) issued under these BOAs will reference the applicable clauses as defined within each agreement. These BOAs will cover a broad range of Class IX parts, as defined in DoD Joint Publication (JP) 4-09, Distribution Operations. These parts include repair parts and components including kits, assemblies and subassemblies, and reparable and consumable items required for maintenance support of all Army equipment, excluding medical-peculiar repair parts. To further delineate distribution requirements, Class IX is categorized into the following subclasses: A � Air B � Ground Support Materiel D � Administrative Vehicles G � Electronics K � Tactical Vehicles L � Missiles M � Weapons N � Special Weapons T � Industrial Materiel X � Aircraft Engines A preliminary and non-exhaustive list of anticipated Class IX supplies from Fiscal Year 2025 is attached to this notice as Attachment 0001. This list is subject to change and is provided for preliminary planning purposes only. 3. Ordering Process & Competition Future contracts (orders) will be placed against these BOAs in accordance with Federal Acquisition Regulation (FAR) 16.703, Basic Ordering Agreements. While the Government intends to obtain competition on all contracts (orders) to the maximum extent practicable, pursuant to FAR Part 6 and consistent with the terms of the BOA, contracts (orders) may be issued on a non-competitive basis under limited circumstances. Each contract (order) will define specific requirements, including, but not limited to, applicable military specifications (MIL-SPEC), military standards (MIL-STD), technical data packages (TDPs), and quantity requirements. The Government plans to use the following procedures for issuing contracts (orders): I. Competition: Contracting Officers will seek competition for each contract (order) in accordance with FAR Part 6. II. Order Instrument: Contracts (orders) will be issued using Optional Form (OF) 347, Order for Supplies or Services, or another appropriate contractual instrument, incorporating by reference the terms and conditions of the BOA. III. Pricing: Prices will be established prior to final commitment or authorization to begin work, unless a ceiling price is established in the order and adequate procedures for timely pricing are in place, or the need is compelling and unusually urgent. IV. Compliance: All applicable regulations and requirements, including those related to synopses (FAR 5.203) and justifications & approvals (FAR 1.602-1(b)), will be followed for each contract (order). These BOAs are not a commitment to issue any specific quantity of contracts (orders). The Government is not obligated to purchase supplies or services from any BOA holder. 4. Vendor Requirements & Evaluation Criteria Prospective vendors should be prepared to demonstrate the capability to meet a variety of requirements as defined in future contracts (orders). While the Government may evaluate based on price only, potential areas of evaluation may include, but are not limited to: Quality Assurance Program First Article Testing (FAT) capabilities Supply Chain Management practices Past Performance Financial Stability The relative importance of these criteria will be detailed in future solicitations. 5. Government Inspection & Acceptance All delivered materiel will be subject to a government inspection to verify conformance with contract (order) requirements. Acceptance or rejection will be based on these inspections, potentially conducted by Defense Contract Management Agency (DCMA) personnel or Contracting Officer�s Representatives (CORs). 6. Export Control Compliance Vendors are responsible for ensuring their compliance with all applicable export control laws and regulations. Deliveries involving technical data whose export is restricted by the Arms Export Control Act (Section 2751 of Title 22, United States Code) or the Export Control Reform Act of 2018 (Chapter 58 Sections 4801�4852 of Title 50, United States Code), will require vendors to possess a current DD 2345, �Militarily Critical Technical Data Agreement� certification on file with the Defense Logistics Information Service (DLIS). To obtain certification, contractors must submit a DD Form 2345 to the United States (U.S.)/Canada Joint Certification Office (JCO), along with a copy of supporting documentation. DD Form 2345 and instructions can be found on the Joint Certification Program website at: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx 7. System for Award Management (SAM) Registration A valid registration in the System for Award Management (SAM) at https://www.sam.gov/ is required prior to BOA award. 8. Point of Contact Questions concerning this notice may be directed to: Nicholas Lang (Contract Specialist), nicholas.a.lang.civ@army.mil Sarah Teschler (Contract Specialist), sarah.j.teschler.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4f765111dd164c6cbba6b4cc511a1c87/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07574256-F 20250904/250902230046 (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 |