SOLICITATION NOTICE
10 -- 9 NSN Gun Parts
- Notice Date
- 9/12/2025 7:20:26 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
- SPE7LX25RX018
- Response Due
- 10/17/2025 8:59:00 PM
- Archive Date
- 11/01/2025
- Point of Contact
- Joseph ColemanDSN312-850-4583, Phone: 6146924583
- E-Mail Address
-
Joseph.Coleman@dla.mil
(Joseph.Coleman@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c). The Defense Logistics Agency (DLA) Land and Maritime, Columbus will be issuing a solicitation comprised of nine (9) NSNs that are drawing items. Solicitation will be a Firm-Fixed- Price, Indefinite Delivery Contract, for up to five years in length. The five-year period is inclusive of a three-year base period and two separately priced one-year option periods. First Destination Transportation (FDT) will apply to some of the items. This solicitation is being issued as a 100% Small Business Set-Aside, with Full and Open Competition as implemented by Federal Acquisition Regulations (FAR) 6.203(a). This solicitation will use procedures from FAR Subpart 13.5 � Simplified Acquisition Procedures for Commercial Items. The maximum contract value will be $3,214,519.65. Solicitation will be available on DIBBS on or about September 16, 2025, for 30 days. NAICS: Solicitation NAICS will be 332994 (Small Arms, Ordnance, and Ordnance Accessories Manufacturing). The size standard will be 1000 employees. The required items being procured will be under Section B Schedule of Supplies of the solicitation. Search for the solicitation using the DIBBS RFP/IFB/Other RFQs database search and then click the Red ""Offer"" button on the search results screen (Note: users must be logged in to DIBBS to submit their quote through DIBBS). For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf NSN NAME 1010-01-428-3233 GRIP, BAYONET-KNIFE 1005-01-431-0664 PIN, AXIS, LEG, BIPOD 1005-01-559-1947 DETECTOR, BORE OBSTR 1005-00-051-3607 HEATSHIELD ASSEMBLY 1005-01-408-6011 CHAMBER, BLANK FIRIN 1010-01-558-6668 GRIP, GRENADE LAUNCH 1005-01-564-2663 ACCESSORY RAIL ASSE 1005-01-544-1698 SIGHT UNIT, MECHANIC 1005-01-565-6692 BIPOD, MACHINE GUN See attachment for additional item description, packaging, and marking information on items. TECHNICAL AND/OR QUALITY REQUIREMENTS: The offerors will be required to comply with all the technical and quality requirements associated with each NSN. Offerors shall ensure that items supplied are in accordance with all quality and technical requirements found in the Procurement Item Description (PID), which will be provided with the RFP. All of the shipments will be for stock. The appropriate clauses and/or provisions will be included in the solicitation. Some items have technical data, some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR),and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. 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. Items may involve Product Verification Testing (PVT), First Article Testing Contractor, Tailored Higher Level Contract Quality, Non-Tailored Higher Level Contract Quality ISO 9001, Certificate of Conformance (COC), Covered Defense Information, Class 3 Threads, Item Unique Identification (IUID), Casting, Sampling, and phosphate coating requirements. THE ALTERNATE OFFEROR IS REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. NOTE: THIS IS A RESTRICTED SOURCE ITEM(s) AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. Should a company wish to be reviewed and qualified as an ""Approved Source"", they may submit an application package through the DLA Land and Maritime Alternate Offer / Source Approval Request (SAR) Program. A SAR package contains all technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality or better than the Original Equipment Manufacturer (OEM). The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item which DLA Land and Maritime is procuring. Offerors should complete and submit their Alternate Offer (with SAR package) to the Contracting Officer listed in the Solicitation. For further information, please reference the DLA Land and Maritime web page at: http://www.dla.mil/LandandMaritime/Business/Selling/AlternateOffers.aspx Click on the highlight Alternate Offer/Source Approval Program for a detailed explanation for the information and format necessary for a SAR and for the SAR approval process. Offers not cited as an approved source are required to obtain source approval prior to award. The contractor must submit a Source Approval Request (SAR) PKG to DLA for evaluation. All required information must be provided. Any available drawings can be accessed along with the solicitation once it is issued.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/17bd8e390f28445d9932852b39456a05/view)
- Place of Performance
- Address: Columbus, OH 43218, USA
- Zip Code: 43218
- Country: USA
- Zip Code: 43218
- Record
- SN07589035-F 20250914/250912230043 (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 |