Federal Contract Opportunity

Last Updated on 23 May 2025 at 6 PM
Solicitation
Columbus Ohio

IQC for Radome: 3 NSNs LTC CM23128002

Details

Solicitation ID SPE7MX25R0047
Posted Date 23 May 2025 at 6 PM
Response Date 11 Jul 2025 at 9 PM
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

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Sign up to access Documents

Signup now

RESPONSE DATE: Offers/Responses are due prior to the Closing Date and Time specified on Page 1 of the Solicitation/Request for Proposal (RFP).

This solicitation is for a long-term Indefinite Quantity Contract (IQC) up to 5 years in length.

Description: Please see attached PID (Product Item Description)

Quantity:  Indefinite Quantity.  

Estimated Annual Demand Quantity (ADQ): Unit of Issue is Each (EA)
-    CLIN 0001 (NSN 5985005236523): 93 EA
-    CLIN 0002 (NSN 5985011446445): 117 EA
-    CLIN 0003 (NSN 5985013373591): 203 EA

Destination Information: Various DLA Stock Locations

Delivery Schedule:
-    CLIN 0001 (NSN 5985005236523): 139 Days 
-    CLIN 0002 (NSN 5985011446445): 99 Days
-    CLIN 0003 (NSN 5985013373591): 139 Days

Various Increments Solicited:
-    CLIN 0001 (NSN 5985005236523): From 6, 13, 35, 59 
-    CLIN 0002 (NSN 5985011446445): From 7, 16, 44, 74
-    CLIN 0003 (NSN 5985013373591): From 13, 26, 76, 128

All responsible sources may submit an offer/quote which shall be considered.

The solicitation document contains information that has been designated as “Militarily Critical Technical Data.” Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS as (800)352-2572. The DLIS United States / Canada Joint Certification Lookup services is available at http://www.dlis.dla.mil/ccal/

 RQ032: EXPORT CONTROL OF TECHNICAL DATA

This item has technical data, some or all of which is subject to export-control of either the International Traffic in Arms (ITAR) regulations 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-controlled technical data to DLA contractors that have an approved US / Canada Joint Certification Program (EJCP) 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, 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/HQ/LogisticsOperations/EnhancedValidation/

To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved EJCP 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.

One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer.

Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the Contracting Officer their interest and capability to satisfy the Government’s requirement with a commercial item within 15 days of this notice.

Consolidation Note: 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 FAR 7.107-5(c). 

The Small Business Size Standard is 1,250 employees.

Drawings will be available through the DIBBS solicitation link on the solicitation issue date.

The proposed procurement contains an option to extend the contract period one or more times at the discretion of the Government. The total duration (base plus option years) shall not exceed 5 years.

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). Approved sources are as follows:
-    CLIN 0001 (NSN 5985005236523): 
     o    Kitsap Composites, Inc. (33747)
     o    L3 Technologies, Inc. (50643)
     o    Starwin Industries, LLC (63592)
-    CLIN 0002 (NSN 5985011446445):
     o    L3 Technologies, Inc. (50643)
     o    Starwin Industries, LLC (63592)
-    CLIN 0003 (NSN 5985013373591):
     o    Kitsap Composites, Inc. (33747)
     o    L3 Technologies, Inc. (50643)
     o    Starwin Industries, LLC (63592)

While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance, and other evaluation factors as described in the solicitation.
 

Similar Opportunities

Columbus Ohio 26 Jul 2025 at 4 PM
Location Unknown 07 Jul 2025 at 4 AM
Columbus Ohio 12 Aug 2025 at 3 AM
Columbus Ohio 16 Jul 2025 at 9 PM
Columbus Ohio 16 Jul 2025 at 9 PM

Similar Awards

Columbus Ohio Not Specified
Location Unknown 16 Sep 2013 at 10 PM
Location Unknown 09 May 2017 at 5 PM
Location Unknown 30 Jul 2018 at 5 PM
Location Unknown 27 Oct 2008 at 5 PM