Search Contract Opportunities

FUEL INJECTOR PARTS KIT   3

ID: SPE7LX25R0065 • Type: Presolicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The Defense Logistics Agency (DLA) Land and Maritime, Columbus will be issuing a solicitation comprised one (1) NSN that is a drawing item. Solicitation will be a five-year, Firm-Fixed-Price, Indefinite Quantity Contract (IQC). The five-year period is inclusive of a three-year base period and two separately priced one-year option periods. First Destination Transportation (FDT) will apply. This solicitation is being issued as a 100% Small Business Set-Aside, with Full and Open Competition citing Federal Acquisition Regulations (FAR) 6.1. This solicitation will use procedures from FAR Part 12 Acquisition of Commercial Items. The maximum contract value will be $9,958,550.36. Solicitation will be available on DIBBS on or about June 16, 2025, for 30 days.

The required items being procured will be under Section B Schedule of Supplies of solicitation.

Search for the solicitation using the DIBBS RFP/IFB/Other RFQs database search and then click the Red "Offer" button on the search results screen (Note: users must be logged in to DIBBS to submit their quote through DIBBS). For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf

Solicitation NAICS: 336310- Motor Vehicle Gasoline Engine and Engine Parts Manufacturing.

Size Standard = 1,050.

Estimated Annual Demand Quantity (ADQ): ADQ = 2,278

DO minimum quantity 150, DO maximum quantity 3,417

NSN 2910016968835, Item Description: PARTS KIT, FUEL INJECTOR, DIESEL ENGINE

CAGE/Drawing: 19207 / 57K9396

The NSN is included in DLA's First Destination Transportation (FDT) requiring FOB Origin freight terms. The required packaging is Military Packaging I/A/W MIL-STD-2073-1E and MIL-STD-129 marking. Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order.

Technical/Quality Requirements - The offerors will be required to comply with all the technical and quality requirements associated with the NSN. Offerors shall ensure that items supplied are in accordance with all quality and technical requirements found in the Procurement Item Description (PID), which will be provided with the RFP. All of shipments will be for stock. The appropriate clauses and/or provisions will be included in the solicitation.

Quality Control Codes (QCC): DAA, D = Standard Inspection, AMC/AMSC = 1/G.

NSNs 2910016968835 has 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.

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/HQ/LogisticsOperations/EnhancedValidation/

Should a company wish to be reviewed and qualified as an "Approved Source", they may submit an application package through the DLA Land and Maritime Alternate Offer / Source Approval Request (SAR) Program. A SAR package contains all technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality or better than the Original Equipment Manufacturer (OEM). The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item which DLA Land and Maritime is procuring. Offerors should complete and submit their Alternate Offer (with SAR package) to the Contracting Officer listed in the Solicitation. For further information, please reference the DLA Land and Maritime web page at: http://www.dla.mil/LandandMaritime/Business/Selling/AlternateOffers.aspx

Click on the highlight Alternate Offer/Source Approval Program for a detailed explanation for the information and format necessary for a SAR and for the SAR approval process. Offers not cited as an approved source are required to obtain source approval prior to award. The contractor must submit a Source Approval Request (SAR) PKG to DLA for evaluation. All required information must be provided. Any available drawings can be accessed along with the solicitation once it is issued.

Overview

Response Deadline
July 18, 2025, 11:59 p.m. EDT Past Due
Posted
June 11, 2025, 1:57 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Columbus, OH 43218 United States
Source

Current SBA Size Standard
1050 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$1,810,646 (AI estimate)
Odds of Award
73%
Signs of Shaping
83% of obligations for similar contracts within the Defense Logistics Agency were awarded full & open.
On 6/11/25 DLA Land and Maritime issued Presolicitation SPE7LX25R0065 for FUEL INJECTOR PARTS KIT due 7/18/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336310 (SBA Size Standard 1050 Employees) and PSC 2910.

NATO Stock Number

Details for NSN 2910016968835

Item Name
PARTS KIT, FUEL INJECTOR, DIESEL E
NIIN
016968835
Standard Unit Price (DLA)
$1,110.25

Most Recent DLA Purchases

Approved Suppliers
Primary Contact
Name
Joseph Coleman   Profile
Phone
None

Documents

Posted documents for Presolicitation SPE7LX25R0065

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation SPE7LX25R0065

Award Notifications

Agency published notification of awards for Presolicitation SPE7LX25R0065

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE7LX25R0065

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE7LX25R0065

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE7LX25R0065

Experts for FUEL INJECTOR PARTS KIT

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA LAND > DLA LAND COLUMBUS > DLA LAND AND MARITIME
FPDS Organization Code
97AS-SPE7LX
Source Organization Code
500032518
Last Updated
Aug. 2, 2025
Last Updated By
joseph.coleman@dla.mil
Archive Date
Aug. 2, 2025