This is not a request for either a quote or proposal. This announcement is considered market research in accordance with FAR Part 10.
****************** NO SOLICITATION IS BEING ISSUED AT THIS TIME ****************
DLA Land and Maritime plans to issue a solicitation for seventeen (17) National Stock Numbers (NSN), that are drawing items. The solicitation will be planned as a five-year, Firm-Fixed-Price, Indefinite Delivery Contract (IDC). The five-year period is inclusive of a three-year base period and two separately priced one-year option periods. First Destination Transportation (FDT) applies to some of the items. The maximum contract value will be $8,682,080.79. Solicitation will be available on DIBBS on or about February 9, 2026.
The purpose of this synopsis is to identify qualified vendors capable of manufacturing items in accordance with the requirements listed below. Please review the below NSNs and provide us with any additional sources that are able to manufacture these items. Please provide the company name, city / state, country if applicable, and POCs with telephone /email information. All information can be submitted to Joseph Coleman at Joseph.Coleman@dla.mil. Phone 614 693-0141.
NSN NAME
2530008016707 ANCHOR,TORSION BAR
2530008016708 ANCHOR,TORSION BAR
1005009539504 EXTRACTOR, CARTRIDGE
1005011302128 LEVER,BARREL LOCKIN
4320011560453 PUMP,INFLATING,MANU
3040012014818 CONNECTING LINK,RIG
3040012433875 LEVER,REMOTE CONTRO
3010012574237 CLUTCH ASSEMBLY,FRI
4910012672912 TOWBAR,MOTOR VEHICL
2590012785726 BELT ASSEMBLY,EMERG
1015013431912 HANDWHEEL AND SHAFT
1015013445804 QUICK RELEASE ATTAC
5340013486604 CRANK,HAND
2540014391923 HANDLE,DOOR,VEHICUL
1005014972592 APERTURE,SIGHT
1015016041194 PINTLE ASSEMBLY
5340016041386 BRACKET,MOUNTING
See attachment for additional item description, packaging, and marking information on items.
---------------------------------------------------------------
Responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is for market research purposes only. Any information submitted is at the company's own expense. The Government will not reimburse respondents for any costs associated with submission of capability statements in connection with the market survey. Any information provided is voluntary.
Some items have 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/Logistics-Operations/Enhanced-Validation/
To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data.