SOLICITATION NOTICE
59 -- Relay Assembly (NIIN 012854514)
- Notice Date
- 7/23/2025 6:36:56 AM
- Notice Type
- Presolicitation
- NAICS
- 335314
— Relay and Industrial Control Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7LX25R0061
- Response Due
- 8/8/2025 8:59:00 PM
- Archive Date
- 08/23/2025
- Point of Contact
- Seth Moore
- E-Mail Address
-
Seth.Moore@dla.mil
(Seth.Moore@dla.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Description
- DLA Land & Maritime is preparing to issue solicitation #SPE7LX25R0061 under FAR Part 15 Contracting by Negotiations. The Government intends to award a five-year Indefinite Quantity Contract (IQC). The firm-fixed price five-year LTC will be structured with a 3-year Base and two one-year Option periods. The acquisition will include a population of one National Stock Number (NSN) item that is being pursued to provide continued or improved supply availability. This procurement will be solicited under a Service-Disabled Veteran-Owned Small Business Set-Aside (SDVOSB). The solicitation will reflect Inspection/Acceptance at Origin, F.O.B. at Origin. The solicitation will be for the procurement of the below NSN: CLIN 0001: NSN 5945-01-285-4514 RELAY ASSEMBLY INSPECTION AND ACCEPTANCE AT ORIGIN FOB ORIGIN AMC/AMSC 1G FIRST ARTICLE TESTING REQUIREMENTS CRITICAL PART All of the item�s technical data can be accessed in the cFolders (https://pc1fx.bsm.dla.mil/cfolders/) using project number �1000201922�. The RFP will be available at the DLA Internet Bid Board System (DIBBS) website (http://www.dibbs.bsm.dla.mil/rfp) on or about August 11, 2025. NOTE: Due to system constraints, it may take as long as three business days from the stated date for the solicitation to post to DIBBS. Hard copies of the solicitation will not be available. 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 and offered delivery and potentially other factors. An award may be made to other than the lowest-priced, technically-acceptable, responsible offeror(s).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aa7b5e2e76a94ea7b05aaf42d2819bb9/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07521448-F 20250725/250723230052 (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 |