Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 26, 2025 SAM #8705
SOLICITATION NOTICE

25 -- CROSS CHAIN, TIRE

Notice Date
9/24/2025 5:15:26 AM
 
Notice Type
Presolicitation
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX-25-R-X044
 
Response Due
10/8/2025 12:00:00 PM
 
Archive Date
10/23/2025
 
Point of Contact
Daniel Howser, Phone: 614-693-3072
 
E-Mail Address
Daniel.Howser@dla.mil
(Daniel.Howser@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: (X) P = Presolicitation (X) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 25 3. NAICS CODE: 332618 4. TITLE: SPE7LX-25-R-X044 5. RESPONSE DATE: On or about October 8, 2025 6. PRIMARY POINT OF CONTACT: Daniel Howser, 614-693-3072 7. SECONDARY POINT OF CONTACT Not Applicable 8. SOLICITATION NUMBER: SPE7LX-25-R-X044 9. DESCRIPTION: NSNs & Item Description: 2540014832930 - CROSS CHAIN, TIRE Quantity Estimates (Yearly): 2540014832930 - Estimated Annual Demand � 2,315; Unit of Issue: 2540014832930 - PR; Delivery Schedule: 2540014832930 - 110 Days; All responsible sources may submit an offer/quote which shall be considered. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. ( X ) The solicitation will be available on DLA�s Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/) on its issue date on or about October 8, 2025. ( X ) The Small Business size standard is 500 employees. ( ) Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. ( X ) Specifications, plans or drawings are not available. ( ) Proposed procurement contains a % option for increased quantities. ( X ) The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 5 years. ( X ) This proposed procurement includes a family group of items within the Federal Supply Class 2540. ( X ) This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Please note, all of the approved sources listed may not be the approved sources for all of the project�s NSNs. Approved sources are: ND DEFENSE LLC, Commercial and Government Entity code (CAGE) 338X5, Part Number (P/N) 2601110C1 PEWAG INC 4N506 P/N A08SV PEERLESS CHAIN COMPANY 46156 P/N SH08 ATLI ZINCIR IGNE VE MAK.SAN.A.S. T0046 P/N SH08 ( ) It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. ( X ) 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, and other evaluation factors as described in the solicitation. ( ) Place of performance unknown. This contract is subject to the Service Contract Act and the place of performance is unknown. Wage determinations have been requested for (insert localities) The contracting officer will request wage determinations for additional localities if asked to do so in writing by (insert time and date). ( ) This acquisition is limited to eligible 8(a) concerns only. NAICS Code ______. Eligibility to participate may be restricted to firms in either the developmental or transitional stage. Interested 8(a) concerns should request copies of this solicitation as soon as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the Section 8(a) program. ( ) Restricted Rights Data Restrictions apply. ( ) Various Increments Solicited: FROM: TO: 10. TYPE OF SET-ASIDE: None 11. PACKAGING DATA: MIL-STD-2073-1E QUP = 001 ; PRESERVATION METHOD = 10 ; CLEANING/DRYING = 00 ; PRESERVATIVE MATERIAL = 00 ; WRAPPING MATERIAL = 00 ; CUSHIONING/DUNNAGE MATERIAL = AD ; CUSHIONING/DUNNAGE MATERIAL THICKNESS = H ; UNIT CONTAINER = FG ; OPI = M ; INTERMEDIATE CONTAINER = 00 ; INTERMEDIATE CONTAINER QUANTITY = 000 ; LEVEL OF PACK = A ; PACK CODE = F; SPECIAL MARKING CODE = 00 � NO SPECIAL MARKINGS. MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129R. PALLETIZATION SHALL BE IN ACCORDANCE WITH WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6d148915ce85481cbfd48d51abd9e7b0/view)
 
Place of Performance
Address: Columbus, OH 43213, USA
Zip Code: 43213
Country: USA
 
Record
SN07603043-F 20250926/250924230047 (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.