SOLICITATION NOTICE
53 -- Hardware Acquisition Recompete- Customer Direct (Federal Supply Classes: 5305, 5306, 5307, 5310, 5315, 5320, 5325, 5330, 5331, 5340, 5342, 5355, 5365)
- Notice Date
- 9/19/2025 8:23:33 AM
- Notice Type
- Presolicitation
- NAICS
- 332722
— Bolt, Nut, Screw, Rivet, and Washer Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- SPE4A226R0001
- Response Due
- 10/4/2025 2:00:00 PM
- Archive Date
- 10/19/2025
- Point of Contact
- Christina Richardson
- E-Mail Address
-
christina.richardson@dla.mil
(christina.richardson@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Defense Logistics Agency - Aviation is seeking a recompete of the Industrial Hardware & Abrasive (FSG53) items. The award will ensure a customer direct, total supply chain strategic solution to meet customer needs. The awardee will be responsible for supply chain management, inventorying, and shipping Industrial Hardware & Abrasive products to customers both CONUS and OCONUS. The scope of the project includes ~1,754 National Stock Numbers (NSNs) across multiple Federal Supply Classes (FSCs) including: FSC 5305 | Screws FSC 5306 | Bolts FSC 5307 | Studs FSC 5310 | Nuts and Washers FSC 5315 | Nails, Machine Keys, and Pins FSC 5320 | Rivets FSC 5325 | Fastening Devices FSC 5330 | Packing and Gasket Materials FSC 5331 | O-Ring FSC 5340 | Hardware, Commercial FSC 5342 | Hardware, Weapon System FSC 5355 | Knobs and Pointers FSC 5365 | Bushings, Rings, Shims, and Spacers This contract will support customers in every Service branch, Foreign Military Sales (FMS) and non-military customers. The contract is expected to be very high volume as customers on the current contract place approximately ~1500 delivery orders per month. These customer direct NSNs have a PIC of 2 and an annual demand frequency >4 and does not include sole sourced items, life support items, critical safety items, or items requiring First Article Testing. The structure for this acquisition will be a fixed price requirements contract with disincentives and incentives tied to performance. The period of performance will be up to 10 years: six-month transition period with a three-year and six-month base period and two three-year options. Estimated total contract value is $186 million utilizing FAR part 12 and FAR part 15. The requirement will be solicited as a small business set-aside. Metrics will include fill rate and back-order reduction. The vendor will also have to meet Time Definite Delivery Standards. This will be a competitively awarded contract and best value selection methods will be used. The Government will award a single contract for this action. The solicitation will be posted on FBO on or around September 30, 2025. NOTE: Attached list of NSNs
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c49679d530524339a8c833fbca9347c8/view)
- Place of Performance
- Address: Richmond, VA 23237, USA
- Zip Code: 23237
- Country: USA
- Zip Code: 23237
- Record
- SN07598350-F 20250921/250919230048 (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 |