Closed Solicitation · DEPT OF DEFENSE

    SYNOPSIS 2 NSNS LTC CM23145001

    Sol. SPE7MX25R0045PresolicitationCOLUMBUS, OH
    Closed
    STATUS
    Closed
    closed Jun 9, 2025
    POSTED
    Apr 8, 2025
    Publication date
    NAICS CODE
    332911
    Primary industry classification
    PSC CODE
    4820
    Product & service classification

    AI Summary

    The Department of Defense's Defense Logistics Agency is seeking offers for a long-term Indefinite Quantity Contract (IQC) lasting up to five years, with a presolicitation expected on April 24, 2025. The contract includes critical safety items such as fluid couplings and shuttle valves, with estimated annual demands of 49 and 59 units, respectively. Interested suppliers must submit offers in English and U.S. dollars by the specified closing date.

    Contract details

    Solicitation No.
    SPE7MX25R0045
    Notice Type
    Presolicitation
    Posted Date
    April 8, 2025
    Response Deadline
    June 9, 2025
    NAICS Code
    332911AI guide
    PSC / Class Code
    4820
    Contract Code
    97AS
    Issuing Office
    DLA LAND AND MARITIME
    Primary Contact
    Brandon Corbitt
    State
    OH
    ZIP Code
    43218-3990
    AI Product/Service
    product

    Description

    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.

    The solicitation will be available in DIBBS on or about its estimated issue date of April 24, 2025.

    DESCRIPTION:

    NSN 3010012835734 - FLUID COUPLING

    CRITICAL APPLICATION ITEM

    Manufacturer’s Code and Part Number:

    • CURTISS-WRIGHT FLOW CONTROL SERVICE, 21439 P/N 52D6012-2
    • ATECH, INC. 3KBH9 P/N AD-2331337-2

    NSN 4820004370022 - VALVE, SHUTTLE

    RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN

    RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for

    Manufacturers and Non-Manufacturers

    THIS IS AN AIR FORCE DESIGNATED CRITICAL SAFETY

    ITEM (CSI).

    CRITICAL APPLICATION ITEM

    Manufacturer’s Code and Part Number:

    • CURTISS-WRIGHT FLOW CONTROL SERVICE, 21439 P/N 52D10418-1
    • TACTAIR FLUID CONTROLS, INC. 70236 P/N 5815
    • ATECH, INC. 3KBH9 P/N AD-2331325-1

    Estimated Annual Demand Quantity (ADQ):

    CLIN0001 (3010-01-283-5734) is 49 Each (EA)

    CLIN0002 (4820-00-437-0022) is 59 Each (EA)

    Unit of Issue: EACH

    Destination Information: Various DLA Stock Locations

    Delivery Schedule:

    CLIN0001 (3010-01-283-5734): 185 Days

    CLIN0002 (4820-00-437-0022): 203 Days

    Quantity Ranges:

    CLIN0001

    From:                                     To:

    Qty. 1                                     Qty. 9

    Qty. 10                                  Qty. 19

    Qty. 20                                  Qty. 39

    Qty. 40                                  Qty. 102

    CLIN0002

    From:                                     To:

    Qty. 3                                     Qty. 7

    Qty. 8                                     Qty. 19

    Qty. 20                                  Qty. 40

    Qty. 41                                  Qty. 50

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

    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 will involve a consolidation of requirements IAW FAR 7.107-2, which is determined necessary and justified. The determination will be posted with the solicitation IAW FAR 7.107-5(c).

    The Small Business size standard for NAICS 332911 is 750 employees.

    The Small Business size standard for NAICS 333613 is 750 employees.

    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:

    CURTISS-WRIGHT FLOW CONTROL SERVICE, 21439 P/N 52D10418-1

    TACTAIR FLUID CONTROLS, INC. 70236 P/N 5815

    ATECH, INC. 3KBH9 P/N AD-2331325-1

    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.

    TYPE OF SET-ASIDE: UNRESTRICTED

    Key dates

    1. April 8, 2025Posted Date
    2. June 9, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    SYNOPSIS 2 NSNS LTC CM23145001 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.