Opportunity
SAM #SPE7MX26R0029
DLA Land and Maritime Solicitation for Stock Replenishment Items (CAGE 3CPE0)
Buyer
DLA Land and Maritime
Posted
April 15, 2026
Respond By
May 31, 2026
Identifier
SPE7MX26R0029
NAICS
334419, 333613, 335312, 334413, 334519
DLA Land and Maritime in Columbus, Ohio is seeking to establish a fixed price, indefinite quantity contract for stock replenishment items supporting military depots: - Government Buyer: - Defense Logistics Agency (DLA) Land and Maritime, Land Supplier Operations SMSG, Columbus, Ohio - OEMs and Vendors: - All part numbers are specified as being in accordance with CAGE 3CPE0 (OEM not explicitly named) - Products/Services Requested: - Collar Shaft (NSN 3040-00-329-1032, Part Number 31169-1550) - Tube, Transfer (NSN 6115-00-335-5015, Part Number 31169-1580) - Rotor, Generator (NSN 6115-00-342-1947, Part Number 31169-1320) - Spray Ring Set, Roto (NSN 6115-00-399-2572, Part Number 31169-510) - Semiconductor Device (NSN 5961-01-206-9198, Part Number 31169-505) - Module, Out V (NSN 6110-01-243-7832, Part Number 51517-1165) - Semiconductor Device (NSN 5961-01-249-8682, Part Number 31169-504) - Notable Requirements: - All items must comply with CAGE 3CPE0 specifications - Some items are designated as critical application items - Certain NSNs are set aside for small business participation - Electronic proposal submission is required - Online reverse auctioning may be used for price discussions - NAICS codes covered: 333613, 335312, 334413, 334519 - Period of Performance: - One-year base period with two one-year options (up to three years total)
Description
PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends
to solicit for the following National Stock Numbers (NSNs). The purpose of this contract is to provide stock
replenishment coverage in support of military depots.
NSN 3040-00-329-1032, Collar Shaft. This material is being procured in accordance with CAGE 3CPE0 Part Number 31169-1550. The required delivery is 180 days. FOB Origin and Inspection and Acceptance at Destination is required. The NAICS for this item is 333613 with a business size standard of 750. NSN 6115-00-335-5015, Tube, Transfer. This material is being procured in accordance with CAGE 3CPE0 Part Number 31169-1580. The required delivery is 180 days. FOB Origin and Inspection and Acceptance at Destination is required. The NAICS for this item is 335312 with a business size standard of 1250. NSN 6115-00-342-1947, Rotor, Generator. This material is being procured in accordance with CAGE 3CPE0 Part Number 31169-1320. The required delivery is 250 days. FOB Origin and Inspection and Acceptance at Destination is required. The NAICS for this item is 335312 with a business size standard of 1250. NSN 6115-00-399-2572, Spray Ring Set, Roto. This material is being procured in accordance with CAGE 3CPE0 Part Number 31169-510. The required delivery is 180 days. FOB Origin and Inspection and Acceptance at Destination is required. The NAICS for this item is 335312 with a business size standard of 1250. NSN 5961-01-206-9198, Semiconductor Device. This material is being procured in accordance with CAGE 3CPE0 Part Number 31169-505. The required delivery is 230 days. FOB Origin and Inspection and Acceptance at Destination is required. The NAICS for this item is 334413 with a business size standard of 1250. NSN 6110-01-243-7832 Module, Out V. This material is being procured in accordance with CAGE 3CPE0 Part Number 51517-1165. The required delivery is 235 days. FOB Origin and Inspection and Acceptance at Destination is required. The NAICS for this item is 334519 with a business size standard of 600. NSN 5961-01-249-8682 Semiconductor Device. This material is being procured in accordance with CAGE 3CPE0 Part Number 31169-504. The required delivery is 180 days. FOB Origin and Inspection and Acceptance at Destination is required. The NAICS for this item is 334413 with a business size standard of 1250.
This solicitation is being issued under the First Destination Transportation (FDT) program. This solicitation is set-aside for small business on NSNs 3040-00-329-1032, 6115-00-335-5015, 6115-00-342-1947 and 6115-00-399-2572. This solicitation is not set-aside for small business on NSNs 5961-01-206-9198, 6110-01-243-7832 and 5961-01-249-8682.
The requirement is a Fixed Price, Indefinite Quantity Contract (IQC), and the contract period will be for a one (1) year base period with two (2) one – year options to be exercised at the discretion of the Government. The total duration (base plus option years) shall not exceed 3 years. This material is not commercial; therefore, the Government is not using the policies contained in Part FAR 12 in its solicitation for these items. However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government’s requirement with the commercial items with 15 days of this notice. This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp on or about the issue date of April 30, 2026 (4/30/2026) under solicitation# SPE7MX26R0029. Hard copies of this solicitation are not available.
While price may be a significant factor in the evaluation of offers, proposals will be evaluated based upon a combination of Price, Past Performance, Delivery, and other evaluation factors described in the solicitation. All offers shall be in English and in US dollars.
Some items are a critical application item. A subcontracting plan will be required of large businesses. Small Business Participation applies. QSLD applies to some items.
The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During 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"). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed, and final proposal revisions are again requested in accordance with FAR 15.307.
Submission of proposal by electronic commerce (e-mail) is allowed. Preferred method to submit proposal is to upload through Dibbs. Submit e-mailed proposals to Kristina.Wolf@dla.mil. E-mailed proposals cannot exceed 15MB.