Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2025 SAM #8698
SOLICITATION NOTICE

25 -- SPE7LX25R0076 Pre-Solicitation Synopsis

Notice Date
9/17/2025 7:54:53 AM
 
Notice Type
Presolicitation
 
NAICS
336330 — Motor Vehicle Steering and Suspension Components (except Spring) Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX25R0076
 
Response Due
10/2/2025 1:00:00 PM
 
Archive Date
10/02/2025
 
Point of Contact
Tyler Bender
 
E-Mail Address
tyler.bender@dla.mil
(tyler.bender@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
PRESOLICITATION NOTICE: Notice from the Department of Defense, Defense Logistics Agency, Strategic Acquisition Program Directorate (SAPD) at DLA Columbus, Ohio. The SAPD/ZAA Division is intending to issue a consolidated solicitation for the following National Stock Numbers (NSNs). The purpose of this contract is to establish a five (5) year long-term contract via indefinite quantity contract (IQC) for DLA Stock replenishment. NSN Item Name 2530016858714 MASTER CYLINDER POWER 4710016860235 TUBE ASSEMBLY, METAL 2530016862365 PARTS KIT,BRAKE SHOE 2590016862405 WIRING HARNESS,BRANCHED 2530016863777 SUPPORT,STEERING COLUMN 2530016885639 BRAKE BOOSTER ASSEMBLY, MASTER CY 2530016860086 ROTOR, DISC BRAKE 2530016861627 PARTS KIT, BRAKE SHOE This population of NSNs are being solicited as other than full and open competition under the authority of 10 U.S.C. 3204(a)(1) as implemented by FAR 6.302-1. The solicitation will be for a Firm-Fixed-Price (FFP) IQC with a five (5) year base period and no options. The electronic solicitation will be released on DLA�s Internet Bid Board System (DIBBS). Solicitation Particulars: This solicitation will be issued as a FAR 15 non-commercial acquisition. The evaluation will be conducted through full tradeoff procedures and awarded to the offeror(s) presenting the best value per NSN. The Government will evaluate offers following the evaluation procedures that will be outlined in Section M of the solicitation. Offerors will be required to comply with First Article Testing Requirements; Higher Level Quality Requirements; and Surge and Sustainment Requirements; Qualified Product List/Material Compliance, dependent on the associated requirement with the NSN(s). Please review the attached Product Item Description for specific details per NSN. Estimated Total Contract Award Value: ~$9.4M Estimated Annual Demand Quantity NSN Item Name Estimated Annual Demand Quantity 2530016858714 MASTER CYLINDER POWER 67 4710016860235 TUBE ASSEMBLY, METAL 96 2530016862365 PARTS KIT,BRAKE SHOE 749 2590016862405 WIRING HARNESS,BRANCHED 64 2530016863777 SUPPORT,STEERING COLUMN 76 2530016885639 BRAKE BOOSTER ASSEMBLY, MASTER CY 80 2530016860086 ROTOR, DISC BRAKE 346 2530016861627 PARTS KIT, BRAKE SHOE 671 Required Delivery NSN Item Name Minimum Required Delivery 2530016858714 MASTER CYLINDER POWER 30 4710016860235 TUBE ASSEMBLY, METAL 90 2530016862365 PARTS KIT,BRAKE SHOE 104 2590016862405 WIRING HARNESS,BRANCHED 117 2530016863777 SUPPORT,STEERING COLUMN 104 2530016885639 BRAKE BOOSTER ASSEMBLY, MASTER CY 90 2530016860086 ROTOR, DISC BRAKE 45 2530016861627 PARTS KIT, BRAKE SHOE 146 First Article Testing Requirements NSN Contractor FAT Time Government Review Time Number of Units 2590016862405 60 Days 30 Days 6 units 2530016858714 30 Days 60 Days 6 units Interested parties will be required to comply with Surge and Sustainment requirements for NSN 4730014578479. NSN Average Monthly Wartime Rate 2530016860086 2 Units Interested parties will be required to provide unit pricing for each NSN. If quantity price breaks apply, ranges will need to be disclosed. Inspection and Acceptance at Source: 2530016858714 & 2590016862405 Inspection and Acceptance at Destination 4710016860235; 2530016862365; 2530016863777 & 2530016885639 & 2530016860086 & 2530016861627 All NSNs have First Destination Transportation Requirements All NSNs are Free on Board: Origin Inspection at Source/Acceptance at Source First Destination Transportation Requirements All items under this acquisition are subject to the Trade Agreement Act. The solicitation along with the technical data package will be posted on the DLA Internet Bid Board System (DIBBS). Please see the attached Product Item Description (PID) for technical details on the NSNs. Submission of proposals by DIBBS is permitted, however proposals submitted by email is preferred. Once the solicitation is issued, all proposals submitted via email shall be addressed to tyler.bender@dla.mil and shall not exceed 10MB. If there are any questions regarding this pre-solicitation notice, contact tyler.bender@dla.mil or (614) 257-8150.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7b7fbb5607b24568b355ab15000433f3/view)
 
Place of Performance
Address: Columbus, OH 43213, USA
Zip Code: 43213
Country: USA
 
Record
SN07594543-F 20250919/250917230042 (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.