Search Contract Opportunities

Indefinite Delivery Contract for NSN 6650014441229   3

ID: SPE7LX25RX033 • Type: Presolicitation • Match:  90%
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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

(1)National Stock Number (NSN)

---6650014441229 EYEGUARD, OPTICAL INSTRUMENT

(2)Specification and whether an offeror, its product, or service must meet a qualification requirement in order to be eligible for award, and identification of the office from which additional information about the qualification requirement may be obtained (see subpart 9.2).

---Not applicable (N/A)

(3)Manufacturer, including part number, drawing number, etc.

---RUBBERCRAFT CORPORATION OF CALIFORNIA, 77969 P/N CMI525 ITT 001

IAW BASIC DRAWING NR 1X4F3 AMSCBDOC

REVISION NR DTD 03/07/2007

(4)Size, dimensions, or other form, fit or functional description.

---N/A

(5)Predominant material of manufacture.

---Unknown

(6)Quantity, including any options for additional quantities.

---The estimated annual demand quantity is 11096 EA

(7)Unit of issue.

---Each (EA)

(8)Destination information.

---CONUS stock locations

(9)Delivery schedule.

---Government required delivery is 70 days.

(10)Duration of the contract period.

---Five years with no option periods

(11)Sustainable acquisition requirements, such as a description of high-performance sustainable building practices required, if for design, construction, renovation, repair, or deconstruction (see part 23 and 36.104).

---N/A

(12)For a proposed contract action in an amount estimated to be greater than $25,000 but not greater than the simplified acquisition threshold, enter-

(i)A description of the procedures to be used in awarding the contract (e.g., request for oral or written quotation or solicitation); and

---Simplified Procedures for Certain Commercial Items are applicable. The Contracting Officer has determined that this NSN is commercial in accordance with the description in FAR 2.101. Quotes shall be submitted as follows:

The ONLY method of submitting a quote that is authorized for this solicitation: EMAIL QUOTES TO: charles.mielkeii@dla.mil A single email cannot exceed 10 MB. Quotes greater than 10 MB must be divided into multiple emails. The completed Section B, and all documents must be received via appropriate transmission method by 3:00 PM local time directly to the buyer. While price may be a significant factor in the evaluation of quotes, the final award decision will be based upon a combination of price, delivery and past performance. Subcontracting plans are required for large businesses.

(ii)The anticipated award date.

---Approximately, July 2025

(13)For Architect-Engineer projects and other projects for which the product or service codes are insufficient, provide brief details with respect to: location, scope of services required, cost range and limitations, type of contract, estimated starting and completion dates, and any significant evaluation factors.

---N/A

(14)(i)If the solicitation will include the FAR clause at 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act, or an equivalent agency clause, insert the following notice in the synopsis: "One or more of the items under this acquisition is subject to Free Trade Agreements."

---N/A

(ii)If the solicitation will include the FAR clause at 52.225-5, Trade Agreements, or an equivalent agency clause, insert the following notice in the synopsis: "One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.

--- One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The acquisition will include DFARS 252.225-7021 Trade Agreements (MAR 2022)

(iii)If the solicitation will include the FAR clause at 52.225-11, Buy American-Construction Materials under Trade Agreements, 52.225-23, Required Use of American Iron, Steel, and Manufactured Goods-Buy American Statute-Construction Materials under Trade Agreements, or an equivalent agency clause, insert the following notice in the synopsis: "One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements."

---N/A

(15)In the case of noncompetitive contract actions (including those that do not exceed the simplified acquisition threshold), identify the intended source and insert a statement of the reason justifying the lack of competition.

---The source is listed under (3) above. The statutory authority permitting other than full and open competition is 10 U.S.C. 3204(a)(1) as implemented by FAR 6.302-1. The Government requires spare parts that are form, fit, and functionally interchangeable with those currently used on the supported end item or weapon system. The acquisition is restricted to the following source(s) of supply, which are the only source(s) known to have the capability of furnishing the required supplies and the only source(s) currently approved by the design control activity. The use of the authority at 10 U.S.C. 3204(a)(1) is based on the item has an Acquisition Method Code of 3 which means acquire, for the second or subsequent time, directly from the manufacturer and it has an Acquisition Method Suffix Code of B which means this part must be acquired from a manufacturing source(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100. Suitable technical data, Government data rights, or manufacturing knowledge are not available to permit acquisition from other sources, nor qualification testing of another part, nor use of a second source part in the intended application. Although, by DoD-STD-100 definition, altered and selected items shall have an adequate technical data package, data review discloses that required data or data rights are not in Government possession and cannot be economically obtained.

(16)(i)Except when using the sole source authority at 6.302-1, insert a statement that all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.

---N/A

(ii)When using the sole source authority at 6.302-1, insert a statement that all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.

---All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. TRACEABILITY: if the offeror is not identified as an approved source in the item description, the offeror shall submit traceability documentation to the Contracting Officer on or before the date that quotes are due. Failure to provide any required documentation within the stated timeframe may result in rejection of the quote. The Contracting Officer determines the acceptability and sufficiency of documentation or other evidence, at his or her sole discretion. If the Contracting Officer finds the evidence to be unacceptable, or if the Contractor fails to retain or provide the requested evidence, the award may be cancelled or contract may be terminated for cause/default, as applicable.

(17)If solicitations synopsized through the GPE will not be made available through the GPE, provide information on how to obtain the solicitation.

---The solicitation will be posted on the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/dodwarning.aspx?goto=/default.aspx

(18)If the solicitation will be made available to interested parties through electronic data interchange, provide any information necessary to obtain and respond to the solicitation electronically.

---N/A

(19)If the technical data required to respond to the solicitation will not be furnished as part of such solicitation, identify the source in the Government, such as https://www.sam.gov, from which the technical data may be obtained.

---N/A

Overview

Response Deadline
May 27, 2025, 3:00 p.m. EDT Past Due
Posted
May 1, 2025, 8:50 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
1000 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$299,592 (AI estimate)
Odds of Award
73%
Vehicle Type
Indefinite Delivery Contract
On 5/1/25 DLA Land and Maritime issued Presolicitation SPE7LX25RX033 for Indefinite Delivery Contract for NSN 6650014441229 due 5/27/25. The opportunity was issued full & open with NAICS 333310 and PSC 6650.

NATO Stock Number

Details for NSN 6650014441229

Item Name
EYEGUARD, OPTICAL INSTRUMENT
NIIN
014441229
Standard Unit Price (DLA)
$37.67

Most Recent DLA Purchases

Approved Suppliers
Primary Contact
Name
Chuck Mielke   Profile
Phone
(419) 345-2481

Documents

Posted documents for Presolicitation SPE7LX25RX033

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation SPE7LX25RX033

Award Notifications

Agency published notification of awards for Presolicitation SPE7LX25RX033

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE7LX25RX033

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE7LX25RX033

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE7LX25RX033

Experts for Indefinite Delivery Contract for NSN 6650014441229

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
June 11, 2025
Last Updated By
charles.mielkeii@dla.mil
Archive Date
June 11, 2025