Closed Solicitation · DEPT OF DEFENSE

    4 NSN/CM24074001/LTC

    Sol. SPE7MX25RX019PresolicitationCOLUMBUS, OH
    Closed
    STATUS
    Closed
    closed Oct 28, 2025
    POSTED
    Oct 20, 2025
    Publication date
    NAICS CODE
    334413
    Primary industry classification
    PSC CODE
    5961
    Product & service classification

    AI Summary

    The Defense Logistics Agency intends to solicit for stock replenishment of various control panels and semiconductor devices under NSN 6110-01-195-9644, 6110-01-195-9646, 6110-01-195-9649, and 5961-01-366-7996. This opportunity is for a fixed price, indefinite delivery contract with a two-year base period. Proposals will be evaluated based on best value criteria.

    Contract details

    Solicitation No.
    SPE7MX25RX019
    Notice Type
    Presolicitation
    Posted Date
    October 20, 2025
    Response Deadline
    October 28, 2025
    NAICS Code
    334413AI guide
    PSC / Class Code
    5961
    Issuing Office
    DLA LAND AND MARITIME
    Primary Contact
    TAURA MITCHELL
    State
    OH
    ZIP Code
    43218-3990
    AI Product/Service
    product

    Description

    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.

    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 7.107-5(c).

    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: 107 DAYS

    CLIN 0002 6110-01-195-9646: 147 DAYS

    CLIN 0003 6110-01-195-9649: 82 DAYS

    CLIN 0004 5961-01-366-7996: 300 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 October 28, 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 Taura.Mitchell@dla.mil.  E-mailed proposals cannot exceed 15MB.

    Key dates

    1. October 20, 2025Posted Date
    2. October 28, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    4 NSN/CM24074001/LTC is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.