CYLINDER ASSEMBLY,ACTUATING,LINEAR

Location: Ohio
Posted: Feb 27, 2025
Due: Mar 20, 2025
Agency: DEPT OF DEFENSE
Type of Government: Federal
Category:
  • 30 - Mechanical Power Transmission Equipment
Solicitation No: SPE7LX24RX037
Publication URL: To access bid details, please log in.
Follow
CYLINDER ASSEMBLY,ACTUATING,LINEAR
Active
Contract Opportunity
Notice ID
SPE7LX24RX037
Related Notice
CL23220004
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA LAND
Sub Command
DLA LAND COLUMBUS
Office
DLA LAND AND MARITIME
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Feb 27, 2025 11:16 am EST
  • Original Response Date: Mar 20, 2025 11:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 04, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3040 - MISCELLANEOUS POWER TRANSMISSION EQUIPMENT
  • NAICS Code:
    • 333613 - Mechanical Power Transmission Equipment Manufacturing
  • Place of Performance:
    Columbus , OH 43213
    USA
Description

The Defense Logistics Agency (DLA) Land and Maritime, Columbus will be issuing a solicitation comprised of one (1) NSN that is a drawing item. Solicitation will be 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 this item. This solicitation is being issued as a 100% Small Business Set-Aside, with Full and Open Competition After Exclusion of Sources citing Federal Acquisition Regulations (FAR) 6.203. This solicitation will use procedures from FAR Part 13.5. The maximum contract value will be $2,669,310.00. Solicitation will be available on DIBBS on or about March 4, 2025. for 15 days.





The required items being procured will be under Section B Schedule of Supplies on the solicitation. Search for the solicitation using the DIBBS RFP/IFB/Other RFQs database search and then click the Red "Offer" button on the search results screen (Note: users must be logged in to DIBBS to submit their quote through DIBBS). For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf.





Solicitation NAICS: 333613-Mechanical Power Transmission Equipment Manufacturing



Size Standard = 750.



Description & Estimated Annual Demand Quantity (ADQ):



NSN 3040-01-665-1836, CYLINDER ASSEMBLY,ACTUATING,LINEAR, ADQ =399



AMC/AMSC = 1/G.



Drawing/Specification: 19207 /12505544-001





This NSN is included in DLA’s First Destination Transportation (FDT) requiring FOB Origin freight terms. The required packaging is Military Packaging I/A/W MIL-STD-2073-1E and MIL-STD-129 marking. Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order.





Technical/Quality Requirements - The offerors will be required to comply with all the technical and quality requirements associated with this NSN. Offerors shall ensure that item supplied is in accordance with all quality and technical requirements found in the Procurement Item Description (PID), which will be provided with the RFQ. All of the shipments will be for stock. The appropriate clauses and/or provisions will be included in the solicitation.





Quality Control Codes (QCC): FDA. This item has technical data involving Higher Level Contract Quality, Non-Tailored Higher Level Contract Quality, Certificate of Conformance (COC), and Sampling.





This NSN has 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/HQ/LogisticsOperations/EnhancedValidation/





Should a company wish to be reviewed and qualified as an "Approved Source", they may submit an application package through the DLA Land and Maritime Alternate Offer / Source Approval Request (SAR) Program. A SAR package contains all technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality or better than the Original Equipment Manufacturer (OEM). The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item which DLA Land and Maritime is procuring. Offerors should complete and submit their Alternate Offer (with SAR package) to the Contracting Officer listed in the Solicitation. For further information, please reference the DLA Land and Maritime web page at: http://www.dla.mil/LandandMaritime/Business/Selling/AlternateOffers.aspx





Click on the highlight Alternate Offer/Source Approval Program for a detailed explanation for the information and format necessary for a SAR and for the SAR approval process. Offers not cited as an approved source are required to obtain source approval prior to award. The contractor must submit a Source Approval Request (SAR) PKG to DLA for evaluation. All required information must be provided. Any available drawings can be accessed along with the solicitation once it is issued.


Attachments/Links
Contact Information
Contracting Office Address
  • STRATEGIC ACQ PROGRAM DIRECTORATE PO BOX 3990
  • COLUMBUS , OH 43218-3990
  • USA
Primary Point of Contact
Secondary Point of Contact


History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Solicitation Type Description Close 25-04-059 IFB Fire Alarm Replacement at Euclid Beach 5/5/2025

Cuyahoga Metropolitan Housing Authority

Bid Due: 5/05/2025

Description: Automotive Warranty Administration Services Department: Procurement Buyer: Jennifer Sherman Solicitation Number: ITB-107-251R905074-1

City of Cincinnati

Bid Due: 4/23/2025

Project: Maintenance, Repair, and Operational (MRO) Supplies Ref. #: RFP255X901056 Department: Various Agencies

City of Cincinnati

Bid Due: 5/01/2025

Solicitation ID: SRC0000029719 Solicitation Name: CHJCF_No Fear Shakespeare book Macbeth_education_4/9/25 Original Begin Date:

State Government of Ohio

Bid Due: 4/23/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.