Search Contract Opportunities

LTC - Various NSNs for Battery Chargers   5

ID: SPE7LX25R0031 • 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:
Loading

Description

This is not a solicitation/request for proposal. The solicitation/request for proposal will be forthcoming. When issued the Solicitation/Request for Proposal can be found on the DSCC Bid website at http://dibbs.dscc.dla.mil/rfp/.

This DLA Land and Maritime acquisition is for one or more firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts made under Federal Acquisition Regulation (FAR) Part 12 procedures. The procurement is for the acquisition of the National Stock Numbers (NSNs) identified below. The contract length will include a 3-year base period and two 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 Unrestricted and as other than full and open .

This solicitation will include the following NSNs that are associated with Cage Code and Part Number items. The Estimated Annual Demand Quantity (ADQ) for each item is listed as well.

NSN: 6130-015003401

Item: CHARGER,BATTERY

Cage Code: 00NQ8

Manufacturer: PULSETECH PRODUCTS CORPORATION

Part Number: 746X800

ADQ: 167

NSN: 6130-015327711

Item: CHARGER,BATTERY

Cage Code: 00NQ8

Manufacturer: PULSETECH PRODUCTS CORPORATION

Part Number: 746X820

ADQ: 179

NSN: 5998-016910141

Item: BACKPLANE ASSEMBLY

Cage Code: 00NQ8

Manufacturer: PULSETECH PRODUCTS CORPORATION

Part Number: 746X805

ADQ: 27

This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 3204(a)(1) as implemented by FAR 6.302-1(a)(2). The Approved source is listed in the table above.

Various incremental quantities will be solicited. Deliveries will be shipped to various stocking locations within and outside of the continental United States with FOB Origin. 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. The items under this acquisition are subject to Trade Agreements/Buy American Act.

Solicitation Issue date is on or about 7/1/2025 with the response date on or around 7/31/2025. 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.

These NSNs could have unique characteristics associated with them such as hazardous material requirements and special packaging or marking requirements. 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 NAIC and Business Size Standard for this procurement is as follows: 335999, Size Standard 600 Employees.

Consolidation:

This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c).

Overview

Response Deadline
July 1, 2025, 4:30 p.m. EDT Past Due
Posted
June 16, 2025, 9:24 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
600 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
73%
Vehicle Type
Indefinite Delivery Contract
On 6/16/25 DLA Land and Maritime issued Presolicitation SPE7LX25R0031 for LTC - Various NSNs for Battery Chargers due 7/1/25. The opportunity was issued full & open with NAICS 335999 and PSC 6130.

NATO Stock Number

Details for included NSNs

Item Name
CHARGER, BATTERY
NIIN
015327711
Standard Unit Price (DLA)
$6,068.25

Item Name
BACKPLANE ASSEMBLY
NIIN
016910141
Standard Unit Price (DLA)
$3,557.25

Item Name
CHARGER, BATTERY
NIIN
015003401
Standard Unit Price (DLA)
$4,829.02
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 SPE7LX25R0031

Opportunity Assistant


AI Analysis

Opportunity Lifecycle

Procurement notices related to Presolicitation SPE7LX25R0031

Award Notifications

Agency published notification of awards for Presolicitation SPE7LX25R0031

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE7LX25R0031

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE7LX25R0031

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE7LX25R0031

Experts for LTC - Various NSNs for Battery Chargers

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
July 17, 2025
Last Updated By
marshall.lynn@dla.mil
Archive Date
July 16, 2025