Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2025 SAM #8776
SOLICITATION NOTICE

17 -- 8 NSN TRIUMPH

Notice Date
12/4/2025 10:49:14 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7MX26R0025
 
Response Due
1/20/2026 8:59:00 AM
 
Archive Date
02/04/2026
 
Point of Contact
Taura MitchellDSN312-692-9361
 
E-Mail Address
Taura.Mitchell@dla.mil
(Taura.Mitchell@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for the following National Stock Numbers (NSNs). The purpose of this contract is to provide stock replenishment coverage in support of military depots. CLIN 0001 5360010708332 SPRING,HELICAL,COMP CLIN 0002 5360011225591 SPRING,HELICAL,COMP CLIN 0003 4820013357823 VALVE,GATE CLIN 0004 5930014681597 SWITCH,PUSH CLIN 0005 1710014889187 HOUSING,HOLDBACK AS CLIN 0006 1710014889254 SCREEN,FILTER,AIRCR CLIN 0007 5340014889256 LOCK,ROD END,HOLDBA CLIN 0008 5340016471637 CONNECTOR,ROD END Approved Sources(s): NSN MANUFACTURER CAGE PART NUMBER 5360010708332 TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC 97415 7-0520-1 5360011225591 TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC 97415 7-0521-1 4820013357823 TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC 97415 7-1006-5 5930014681597 TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC 97415 6-0304-1 1710014889187 TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC 97415 7-0539-5 1710014889254 TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC 97415 6-0252-1 5340014889256 TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC 97415 7-0541-2 5340016471637 TRIUMPH ACTUATION SYSTEMS - YAKIMA, LLC 97415 7-1365-10 The scope of this acquisition is for a firm-fixed price, Indefinite Quantity Contract (IQC) using FAR Part 15 procedures. The Government is pursuing an IQC for a three-year (3-year) base period. 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 U.S.C. 3204(a)(1). The solicitation will be available on or around December 19, 2025, at https://www.dibbs.bsm.dla.mil/rfp/. Hard copies are not available. Increments and delivery schedule will be noted on the RFP. FOB Origin is required with First Destination Transportation. Inspection/Acceptance requirements will be noted on RFP. Offers must be submitted on a hard copy of the Request for Proposal (RFP), scanned, and emailed to the Acquisition Specialist, Taura Mitchell at: taura.mitchell@dla.mil or uploaded through DIBBS. To submit an offer through DIBBS, search for the solicitation and then click the Red ""Offer"" button on the search results screen (Note: users must be logged in to DIBBS to submit the offer through DIBBS). For additional guidance, refer to https://dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer- User-Help.pdf. All responsible sources may submit a proposal, which shall be considered. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance, delivery and other evaluation factors as described in the solicitation. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. Interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. 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 Buy American Act. All offers shall be in the English language and in U.S. dollars.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8a7651efe45f4c7c962ccebc66d2a11d/view)
 
Record
SN07657672-F 20251206/251204230036 (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.