Search Contract Opportunities

LTC - 2940-014087047   2

ID: SPE7LX25R0025 • 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:
Loading

Description

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 DSCC Bid website at http://dibbs.dscc.dla.mil/rfp/.

This acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15 Indefinite Delivery Contract (IDC) for the procurement of the National Stock Number (NSN) identified below. Contract length will include a 1-year base period and four 1-year option periods. Option periods to be 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 an unrestricted and as full and open competition.

Solicitation Issue date is on or about 4/15/2025 with the response date on or around 5/15/2025. 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.

Items will be shipped to various stocking locations within and outside of the continental United States.

Solicitation will include the following NSN:

NSN 2940-014087047 Pre-Cleaner Assembly

Estimated Annual Demand Quantity (ADQ) for this NSN: 190

This solicitation is for one NSN that has associated drawings and specifications. The NSN could have unique characteristics associated with them such as hazardous material requirements and specialty metals components. These requirements will be detailed in the Product Item Description (PID). Applicable clauses will be included in the solicitation and will cross reference the information in the PID.

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/

Drawings can be downloaded by authorized users from the c-Folders website https://pcf1x.bsm.dla.mil/cfolders. Offerors are asked to reference LTC Solicitation number SPE7LX25R0025.

The NSN is to be procured in accordance with drawings.

The NAIC and Business Size Standard for each NSN is as follows:

NSN 2940-014087047, 333618, Size Standard 1,500

The item under this acquisition is subject to Trade Agreements.

Various incremental quantities will be solicited. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit an offer/quote, which shall be considered.

Note: The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of 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").

Overview

Response Deadline
May 15, 2025, 4:30 p.m. EDT Past Due
Posted
April 1, 2025, 11:56 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$1,132,400 (AI estimate)
Odds of Award
73%
Vehicle Type
Indefinite Delivery Contract
On 4/1/25 DLA Land and Maritime issued Presolicitation SPE7LX25R0025 for LTC - 2940-014087047 due 5/15/25. The opportunity was issued full & open with NAICS 333618 and PSC 2940.

NATO Stock Number

Details for NSN 2940014087047

Item Name
PRE-CLEANER ASSEMBL
NIIN
014087047
Standard Unit Price (DLA)
$13,830.95

Most Recent DLA Purchases

Approved Suppliers
Primary Contact
Name
Marshall Lynn   Profile
Phone
(614) 692-8069

Secondary Contact

Name
Norma Brookins   Profile
Phone
(614) 692-3579

Documents

Posted documents for Presolicitation SPE7LX25R0025

Opportunity Assistant


AI Analysis

Opportunity Lifecycle

Procurement notices related to Presolicitation SPE7LX25R0025

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE7LX25R0025

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE7LX25R0025

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE7LX25R0025

Experts for LTC - 2940-014087047

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
May 31, 2025
Last Updated By
marshall.lynn@dla.mil
Archive Date
May 30, 2025