Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2026 SAM #8902
SOLICITATION NOTICE

10 -- LTC for NSN: 1005-000179551

Notice Date
4/9/2026 5:47:26 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
SPE7LX26R0044
 
Response Due
4/23/2026 8:59:00 PM
 
Archive Date
05/08/2026
 
Point of Contact
Marshall Lynn, Phone: 6146939021
 
E-Mail Address
Marshall.Lynn@dla.mil
(Marshall.Lynn@dla.mil)
 
Description
This is not a solicitation/request for proposal. The solicitation/request for proposal will be forth coming. When issued the Solicitation/Request for Proposal can be found on the DSCC Bid website at http://dibbs.dscc.dla.mil/rfp/. This acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15 Indefinite Delivery Contract (IDC) for the procurement of the National Stock Number (NSN) identified below. Contract length will include a 3-year base period and two 1-year option periods. Option periods to be exercised at the discretion of the Government. Multiple delivery orders may be written against the basic contract for a maximum of five years. This solicitation will be issued as �full and open� competition after exclusion of sources as a small business set-aside. Solicitation Issue date is on or about 4/23/2026 with the response date on or around 5/26/2026. The response date is estimated. Note: Copies of this solicitation will only be available via the World Wide Web. Hard copies of this solicitation are not available. Items will be shipped to various stocking locations within and outside of the continental United States. Solicitation will include the following NSN: 1005-000179551 � HAMMER, FIRING, SMALL Estimated Annual Demand Quantity (ADQ) for this NSN: 38,314 each This solicitation is for one NSN that has associated drawings and specifications. The NSN could have unique characteristics associated with them such as hazardous material requirements and specialty metals components. These requirements will be detailed in the Product Item Description (PID). Applicable clauses will be included in the solicitation and will cross reference the information in the PID which is attached. Drawings can be downloaded by authorized users from the c-Folders website https://pcf1x.bsm.dla.mil/cfolders. Offerors are asked to reference LTC Solicitation number SPE7LX26R0044 for the drawings. The NSN is to be procured in accordance with drawings and has Standard Text Object: RQ016 � Component Qualified Products Lists(QPL)/Qualified Manufacturers Lists(QML) The NAIC and Business Size Standard for each NSN is as follows: 332994, Size Standard 1,000 Employees The item under this acquisition is subject to Trade Agreements/Buy American Act. Various incremental quantities will be solicited. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit an offer a proposal, which shall be considered. NOTICE: This solicitation will allow Contractors to propose pricing for both packaging deviation proposals (optional) and proposals using current Special Packaging Requirements. If a package deviation proposal is in line for award, TACOM will review the packaging deviation and approve or deny the package deviation design. The package deviation design must be approved by TACOM and any future changes from the approved package deviation design will require redesign and testing by the contractor and additional review and approval from TACOM. MIL-STD-2073-1E, paragraph 5.6 lists various ways of validating package designs as approved by Department of War. Contractors proposing a packaging deviation need to submit the following (to be included within the contract): (1) packaging instructions including list of packaging materials with sketch for packagers; (2) picture of package design, including interior; and (3) successful test report. TACOM is requesting all requests for deviation package designs be tested in accordance with ASTM D4169, Distribution Cycle 18 to ensure full compliance with MILSTD-2073-1E requirements. Note: The International Safe Transit Association (ISTA) is an acceptable alternative test method for packaging design performance, as ISTA tests to the standards of ASTM D4169.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8a551e6e496548a2af1b838a7be59082/view)
 
Record
SN07774268-F 20260411/260409230046 (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!  © 1994-2026, Loren Data Corp.