Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 24, 2025 SAM #8733
SOLICITATION NOTICE

10 -- Long-Term Contract for NSN 1005015051035 (BOLT, BREECH)

Notice Date
10/22/2025 11:22:58 AM
 
Notice Type
Presolicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX26R0004
 
Response Due
11/24/2025 12:00:00 PM
 
Archive Date
12/09/2025
 
Point of Contact
Chuck Mielke, Phone: 4193452481
 
E-Mail Address
charles.mielkeii@dla.mil
(charles.mielkeii@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
(1) National Stock Number (NSN) if assigned. 1005-01-505-1035 (2) Specification and whether an offeror, its product, or service must meet a qualification requirement in order to be eligible for award, and identification of the office from which additional information about the qualification requirement may be obtained (see subpart 9.2). This item has an Acquisition Method Code/Acquisition Method Suffix Code (AMC/AMSC) of 1/G and is a drawing item for which the Government possesses the technical data package (TDP). (3) Manufacturer, including part number, drawing number, etc. The applicable drawing numbers are listed in the Product Item Description which is attached. (4) Size, dimensions, or other form, fit or functional description. That information is listed in the TDP, which was posted in the Sources Sought information and will be available once the solicitation opens. (5) Predominant material of manufacture. That information is listed in the TDP, which was posted in the Sources Sought information and will be available once the solicitation opens. (6) Quantity, including any options for additional quantities. The estimated annual demand quantity is 29,662. (7) Unit of issue. Each (EA) (8) Destination information. The purpose of this solicitation is to provide comprehensive long-term and consistent coverage. The contractor will only be required to ship items to CONUS stock locations. The stock coverage is for our customers both overseas and in the United States including Alaska and Hawaii and our possessions. (9) Delivery schedule. Inspection and Acceptance will be at origin. FOB Destination applies to this NSN. The contractor(s) will be responsible for freight and tracking shipments to the final destination point for CONUS requirements and to the port of loading for OCONUS requirements. The Government�s required delivery is: 5000 EA in 90 days at a rate of 5000 EA every 30 days thereafter. (10) Duration of the contract period. The contract(s) will be for a period of five years. (11) Sustainable acquisition requirements, such as a description of high-performance sustainable building practices required, if for design, construction, renovation, repair, or deconstruction (see part 23 and 36.104). Not applicable. (12) For a proposed contract action in an amount estimated to be greater than $25,000 but not greater than the simplified acquisition threshold, enter- (i) A description of the procedures to be used in awarding the contract (e.g., request for oral or written quotation or solicitation); and (ii) The anticipated award date. Not applicable as the dollar value for this acquisition exceeds the simplified acquisition threshold. (13) For Architect-Engineer projects and other projects for which the product or service codes are insufficient, provide brief details with respect to: location, scope of services required, cost range and limitations, type of contract, estimated starting and completion dates, and any significant evaluation factors. The NAICS code for this acquisition is 332994 �Small Arms, Ordnance, and Ordnance Accessories Manufacturing�. The size standard is 1000 employees. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items in this solicitation for the described supplies or services. However, interested persons my identify to the Contracting Officer their interest and capability to satisfy the Government�s requirement with a commercial item. These items are 'Defense Articles' as defined in and subject to the International Traffic in Arms Regulations (ITAR) (22 C.F.R. 120-30) and the Arms Export Contract Act (22 U.S.C.A. 2778-2799). Any manufacturer or exporter of Defense Articles is required to register with the Directorate of Defense Trade Controls (DDTC), U.S. Department of State. Documentary evidence of registration may be required prior to award. Additional export restrictions apply as indicated herein. Failure to submit DDTC registration when requested will make an offer ineligible for award. This item contains a phosphate coating requirement IAW MIL-STD-171, MIL-DTL-16232, and TT-C-490 Types I, II, and V. In lieu of the required submittal of a preproduction phosphate procedure the following is now required: The contractor responsible for the actual coating procedure must be certified by the Performance Review Institute (PRI) to the NADCAP standard for the phosphate chemical processes. Verification of this certification is required and must be supplied upon request of the Contracting Officer. A security preaward survey (PAS) for Security Risk Category II and IV items is required for these items. DFARS, Part 252.223-7007 ""Safeguarding Sensitive Conventional Arms Ammunition, and Explosives,"" shall be part of the solicitation/contract. Failure to pass the PAS will result in offerors being ineligible for award. This item requires a contractor First Article Test. 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, small business participation and surge and sustainment factors as described in the solicitation. (14) (i) If the solicitation will include the FAR clause at 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act, or an equivalent agency clause, insert the following notice in the synopsis: ""One or more of the items under this acquisition is subject to Free Trade Agreements."" (ii) If the solicitation will include the FAR clause at 52.225-5, Trade Agreements, or an equivalent agency clause, insert the following notice in the synopsis: ""One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements."" (iii) If the solicitation will include the FAR clause at 52.225-11, Buy American-Construction Materials under Trade Agreements, 52.225-23, Required Use of American Iron, Steel, and Manufactured Goods-Buy American Statute-Construction Materials under Trade Agreements, or an equivalent agency clause, insert the following notice in the synopsis: ""One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements."" The solicitation will include DFARS 252.225-7001 Buy American and Balance of Payments Program (FEB 2024). (15) In the case of noncompetitive contract actions (including those that do not exceed the simplified acquisition threshold), identify the intended source and insert a statement of the reason justifying the lack of competition. Not applicable. (16) (i) Except when using the sole source authority at 6.302-1, insert a statement that all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Timely proposals will be considered from responsible sources. (ii) When using the sole source authority at 6.302-1, insert a statement that all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Not applicable. (17) If solicitations synopsized through the GPE will not be made available through the GPE, provide information on how to obtain the solicitation. Not applicable. (18) If the solicitation will be made available to interested parties through electronic data interchange, provide any information necessary to obtain and respond to the solicitation electronically. Not applicable. (19) If the technical data required to respond to the solicitation will not be furnished as part of such solicitation, identify the source in the Government, such as https://www.sam.gov, from which the technical data may be obtained. The solicitation will be posted at the DLA Land and Maritime Internet Bid Board System (DIBBS) approximately 15 days after this announcement. In the link to the solicitation there will be a link to �Tech Docs.� This link will be to cfolders. The actual link to cfolders is also located at: https://pcf1x.bsm.dla.mil/cfolders/. 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. In order to view the technical data package, offerors must have an EJCP certification. (d) Set-asides. When the proposed acquisition provides for a total or partial small business program set-aside, or when the proposed acquisition provides for a local area set-aside (see subpart 26.2), the contracting officer shall identify the type of set-aside in the synopsis and in the solicitation. Not applicable as this acquisition is not being set-aside.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1510e690c9ef428395f74bc67d68f762/view)
 
Record
SN07625271-F 20251024/251022230038 (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.