SOLICITATION NOTICE
30 -- LTC / NSN 3020-000545102 / PULLEY, FLAT
- Notice Date
- 2/4/2026 1:17:24 PM
- Notice Type
- Presolicitation
- NAICS
- 333613
— Mechanical Power Transmission Equipment Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7LX26R0010
- Response Due
- 2/20/2026 1:00:00 PM
- Archive Date
- 03/07/2026
- Point of Contact
- Samantha Simms, Phone: 6146929710
- E-Mail Address
-
Samantha.Simms@dla.mil
(Samantha.Simms@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Synopsis SPE7LX26R0010 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 DLA Bid website at https://www.dibbs.bsm.dla.mil/rfp/. This DLA Weapons Support (Columbus) acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15, Indefinite Quantity Contract(s) (IQC) for the procurement of the National Stock Number (NSN) identified below. Contract length will include one (1) three-year base period and two (2) one-year option years for a total potential contract length of five (5) years. Option periods are exercised at the discretion of the Government. Multiple delivery orders may be written against the basic contract for a maximum of five years. Solicitation will be issued as a �Total Small Business Set-Aside�. Solicitation Issue date is on or about 2/23/2026, with the response date on or around 3/25/2026. 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. Solicitation will include the following NSN: NSN 3020-000545102 � PULLEY,FLAT Estimated Annual Demand Quantity (ADQ) for this NSN: NSN 3020-000545102 � 152 The NAIC and Business Size Standard for this NSN: NSN 3020-000545102, 333613, Size Standard 750 Items under this acquisition are subject to the Trade Agreements Act. Various incremental quantities will be solicited. Deliveries will be to various DLA stocking locations. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of Price, Past Performance, Proposed Delivery, and other evaluation factors as described in the solicitation. All responsible sources may submit an offer/quote, which shall be considered. For this NSN, Contractor First Article Testing (CFAT) applies. The solicitation will include CFAT clauses and provisions. Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. In order to obtain Technical Data, contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil. DLA Collaboration Folders (cFolders) https://pcf1.bsm.dla.mil/cfolders/. This system contains Bidsets, Engineering Data Lists (EDLs) and digitized drawings for open BSM-DIBBS procurements after 10/01/2006. For cFolders System Access Issues, contact the DLA Enterprise Help Desk at 844-DISA-HLP (844-347-2457). Note: System access requires the user to have an active DIBBS account. General questions can be answered by the DLA Product Data Customer Service Help Line at 1-804-279-3477. These 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. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at https://assist.dla.mil/online/start/index.cfm. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. Item is subject to US/Canada Joint Certification Program (JCP). 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/ Note: The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., ""Offeror A"").
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c0e5600639f244d28ce76667ce57d3e5/view)
- Record
- SN07704852-F 20260206/260204230037 (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 |