Opportunity
SAM #SPE7MX26RX030
DLA Solicitation for Hydraulic Manifold Assembly (NSN 4730-01-567-8670)
Buyer
DLA Land and Maritime
Posted
April 21, 2026
Respond By
April 30, 2026
Identifier
SPE7MX26RX030
NAICS
332996
This opportunity from DLA Land and Maritime seeks suppliers for a hydraulic manifold assembly to support military depot stock: - Government Buyer: - Defense Logistics Agency (DLA) Land and Maritime, Land Supplier Operations SMSG, Columbus, Ohio - Product Requested: - Hydraulic Manifold Assembly - National Stock Number (NSN): 4730-01-567-8670 - Manufactured per Basic Drawing Number 19207 12505553, revision E - Quantity: Indefinite (IDC contract) - Contract Structure: - Fixed Price, Indefinite Quantity Contract (IDC) - One-year base period with three one-year option periods (up to four years total) - Delivery required within 267 days of order - Notable Requirements: - Trade Agreements and subcontracting plan requirements apply - Not set aside for small business - NAICS code: 332996 - First Destination Transportation (FDT) program applies - FOB Origin; inspection and acceptance at origin - OEMs: - No specific OEMs named; manufacturing must comply with provided drawing and NSN - Place of Performance/Delivery: - DLA Land and Maritime, Columbus, OH (federal facility) - Purpose: - Stock replenishment for military depots
Description
PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Weapons Support 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 4730-01-567-8670, MANIFOLD ASSEMBLY, HYDRAULIC. This material is being procured in accordance with BASIC DRAWING NR 19207 12505553 revision NR E DTD 07/29/2019. The required delivery is 267 days. FOB Origin and Inspection and Acceptance at Origin are required. The NAICS for this item is 332996 with a business size standard of 550.
This solicitation is being issued under the First Destination Transportation (FDT) program. This solicitation is not set-aside for small business.
The requirement is a Fixed Price, Indefinite Quantity Contract (IDC), and the contract period will be for a 1-year base period and three (3) 1-year option periods to be exercised at the discretion of the Government. The total duration (base plus option years) shall not exceed four (4) years. This material is commercial; therefore, the Government is using the policies contained in FAR Part 13.5 in its solicitation for these items. 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 (04/30/26) under solicitation# SPE7MX26RX030. Hard copies of this solicitation are not available.
While price may be a significant factor in the evaluation of offers, proposals will be evaluated according to “best value” procedures on the basis of Price, Past Performance, Delivery and other evaluation factors as described in the solicitation.. All offers shall be in English and in US dollars. Trade Agreements apply to this item. Subcontracting plan applies.
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"). 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 Stephanie.Frederick@dla.mil. E-mailed proposals cannot exceed 15MB.