Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 10 PM
Solicitation
Columbus Ohio

4 NSN/CM24074001/LTC

Details

Solicitation ID SPE7MX25RX019
Posted Date 26 Jun 2025 at 10 PM
Response Date 12 Aug 2025 at 3 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location Columbus Ohio United states 43218

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

General Motors Limited Liability Company

Pontiac Rochester hill Flint Troy Grand blanc Detroit Warren

Ford Motor Company

Pleasanton Livonia Allen park Dearborn Detroit Washington

Officemax Incorporated

Nashville Charlotte Williston Chesapeake Edwardsville Phoenix Garden grove Naperville Selma Houston Louisville Boise Alexandria Cleveland Hampton Itasca Boca raton Columbus Billerica Menlo park Saint louis Salt lake city Waipahu Warren Orlando Elkridge Carolina Brentwood Maple grove Aurora Pittsburgh Bristol Kent Portland Smyrna Carlstadt Garland

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Sign up to access Documents

Signup now

PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for the following National Stock Number (NSN). The purpose of this contract is to provide stock replenishment coverage in support of military depots.

CLIN 0001 6110-01-195-9644: Panel, Control Assem

CLIN 0002 6110-01-195-9646: Panel, Control Assem

CLIN 0003 6110-01-195-9649: Panel, Control Assem

CLIN 0004 5961-01-366-7996: Semiconductor Devic

This material is being procured in accordance with:

CLIN  NSN                            CAGE MANUFACTOR                                            PART NUMBER

0001    6110-01-195-9644      21856  CENTROID, INC.                                                     907D372-2

0001    6110-01-195-9644      99167  HAMILTON SUNDSTRAND CORPORATION     907D372-2

0002    6110-01-195-9646      21856  CENTROID, INC.                                                     907D371-2

0002    6110-01-195-9646      99167  HAMILTON SUNDSTRAND CORPORATION     907D371-2

0003    6110-01-195-9649      21856  CENTROID, INC.                                                     907D373-2

0003    6110-01-195-9649      99167  HAMILTON SUNDSTRAND CORPORATION     907D373-2

0004    5961-01-366-7996      21856  CENTROID, INC.                                                     2163

0004    5961-01-366-7996      99167  HAMILTON SUNDSTRAND CORPORATION     950F811-1

The required delivery:

CLIN 0001 6110-01-195-9644: 300 DAYS

CLIN 0002 6110-01-195-9646: 320 DAYS

CLIN 0003 6110-01-195-9649: 300 DAYS

CLIN 0004 5961-01-366-7996: 120 DAYS

FOB Origin and Inspection and Acceptance at Destination are required for all CLINS.   The NAICS for this item is 334413 with a business size standard of 1,250.  

This solicitation is being issued under the First Destination Transportation (FDT) program. This solicitation is UNRESTRICTED.     

The requirement is a Fixed Price, Indefinite Delivery Contract (IDC), and the contract period will be for a 2 year base period ONLY. The electronic solicitation shall be released on or about July11, 2025 and may be downloaded from the following URL: https://www.dibbs.bsm.dla.mil/rfp/.  The solicitation number is SPE7MX25RX019. 

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.   

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 [email protected].  E-mailed proposals cannot exceed 15MB.

Similar Opportunities

Columbus Ohio 11 Jul 2025 at 9 PM
Columbus Ohio 26 Jul 2025 at 4 PM
Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 10 Jul 2025 at 4 AM
Location Unknown 09 Jul 2025 at 4 AM

Similar Awards

Location Unknown 08 Mar 2010 at 5 AM
Location Unknown 04 Aug 2015 at 6 PM
Location Unknown 08 Apr 2013 at 9 PM
Location Unknown 04 Aug 2015 at 5 PM
Location Unknown 17 Dec 2015 at 2 PM