Skip to content
Department of Defense

Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Successor Project

Solicitation: SPE7LX25R0021
Notice ID: 7cc188284c1740ca999f53933e4f4a05
TypePresolicitationNAICS 336390PSC2590Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyPostedFeb 18, 2026, 12:00 AM UTCDueMay 01, 2026, 05:00 PM UTCCloses in 67 days

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: {}. Response deadline: May 01, 2026. Industry: NAICS 336390 • PSC 2590.

Market snapshot

Awarded-market signal for NAICS 336390 (last 12 months), benchmarked to sector 33.

12-month awarded value
$29,063,876
Sector total $20,447,912,679 • Share 0.1%
Live
Median
$350,000
P10–P90
$36,291$350,000
Volatility
Volatile90%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($29,063,876)
Deal sizing
$350,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{}
Contracting office
Columbus, OH • 43218-3990 USA

Point of Contact

Name
Bret Griffin
Email
bret.griffin@dla.mil
Phone
6146921148
Name
Robert Harris
Email
Robert.Harris@dla.mil
Phone
614-692-5912

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA LAND
Office
DLA LAND COLUMBUS • DLA LAND AND MARITIME
Contracting Office Address
Columbus, OH
43218-3990 USA

More in NAICS 336390

Description

Update - February 18, 2026

The Government is posting a set of questions received and answers in the attached spreadsheet titled “JLTVCI Successor QA-2-18-26”.

This question and answer spreadsheet may be updated prior to solicitation issuance.

The Government anticipates that this solicitation will be available on DLA’s Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/) on or about March 2, 2026.  The Government anticipates the solicitation will close on or about May 1, 2026.

Please Note – Any information posted in this announcement including any Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Program Data, NSN Data, Approved Source Data, NSN Listings, Anticipated Solicitation Quantity Ranges, Quantity Estimates, Draft Section L and M documents, and/or Draft Statement of Work (SOW) information is the best information known at this time.  The information in this announcement is subject to change and may be updated prior to solicitation.  This information is an estimate and the best known at this time.  The information in this announcement is not a purchase guarantee of any kind.  The Government is not responsible for any action taken based on the information provided in this announcement.

******End of February 18, 2026 Update********

Update - February 13, 2026

The solicitation will be available on DLA’s Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/) on its issue date on or about March 2, 2026.

Please Note – Any information posted in this announcement including any Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Program Data, NSN Data, Approved Source Data, NSN Listings, Anticipated Solicitation Quantity Ranges, Quantity Estimates, Draft Section L and M documents, and/or Draft Statement of Work (SOW) information is the best information known at this time.  The information in this announcement is subject to change and may be updated prior to solicitation.  This information is an estimate and the best known at this time.  The information in this announcement is not a purchase guarantee of any kind.  The Government is not responsible for any action taken based on the information provided in this announcement.

Draft Section L, Draft Section M and Draft Statement of Work documents have been attached to this announcement.  The Government is not seeking feedback regarding the Draft documents.  The Draft documents have been posted for review by potential offerors.  Questions regarding the Draft documents may be submitted to the contacts listed in this announcement.

Additionally, the Government currently anticipates the majority procurement actions taken as part of the JLTVCI Successor Project will be through the Rapid Ordering Catalog (ROC).  The ROC is detailed in the Statement of Work (SOW).  The Government retains the right to make individual fixed-price one-time Fair Opportunity Procurements (Purchase Orders).  At the start of the Program, the Government anticipates these actions will be infrequent.  However, during the life of the contract(s) the Government may increase the use of Purchase Orders at its discretion. 

Additional data for the PEL NSNs has been attached to this announcement in the excel file titled "JLTVCI Program-Additional NSN Data".

Please note the following regarding the information in the excel file titled "JLTVCI Program-Additional NSN Data".

a. NSN Information TAB

NSN: National Stock Number

FSC: Federal Supply Class

NIIN: National Item Identification Number

ITEM NAME: Item’s Description

Gov't Req Delivery (GRD): Government Required Delivery

PIC: Place of Inspection Code

CODE / P/N:

Y – “Y” indicates the Contractor shall provide the exact product when the item or product is identified in the PID by the Commercial And Government Entity (CAGE) Code, Name, and Part Number of a Specified Manufacturer or other entity.

N – “N” indicates that the Government has the technical data to solicit these items on a competitive basis and by submitting an offer for these items, the offeror is stating it will supply an item that meets the requirements of the technical data listed in the individual item’s item description.

T – “T” indicates that the supplier of the item offered must be listed as an approved supplier from a Qualified Products List.

FAT (Y/N): First Article Testing applies (Yes (Y) or No (N))

FAT TYPE: If a FAT applies, this field states the type of FAT, Contractor or Government.

FIRST DESTINATION TRANSPORATION:

Y: Included in FDT Program and item is FOB Origin

N: item is not included in FDT Program and is FOB Destination

FIRST DESTINATION PACKAGING:

If Y, American Society for Testing and Materials (ASTM) D3951-10 applies

If N, MIL-STD-2073 applies

See Product Item Descriptions for Packaging requirements for each specific PEL NSN.

Surge NSN:

Y = NSN requires Surge Coverage

N = NSN does not require Surge Coverage

BAA / TAA: This column indicates whether the Buy American Act or Trade Agreements applies to the NSN. 

BAA indicates Buy American applies.

TAA indicates Trade Agreements applies.

ADQ: Estimated Annual Demand Quantity.

Clause 52.216-19 Delivery Order Maximum: The delivery order maximum for a specific PEL NSN.

UNIT OF ISSUE: Unit that each item is purchased in.

ORDER UNIT: Unit that each item is order in.

CONVERSION FACTOR: Factor that converts unit of issue to order unit.

b. DELIVERY TAB

NSN: National Stock Number

ITEM: Item’s Description

GOV’T REQ DELIVERY: Government Required Delivery.

Please note NSN 5935010979974 has an Acquisition Advice Code (AAC) of H, as noted in the attached Statement of Work, delivery is required in accordance with Time Definite Delivery (TDD).

The GOV’T REQ DELIVERY and REQUIRED DELIVERY NO FAT listed for NSN 5935010979974 is “TDD-See SOW”.  An offer without exception for NSN 5935010979974 should be “TDD Per SOW” in the column titled VENDOR OFFERED DELIVERY, any other response is an offer with exception and may not be considered for award.

FAT (First Article Testing) (Y/N):

Y if First Article Test is required for an item.

N if First Article Test is not required on an item.

FAT TYPE: Either listed as Contractor or Government (If applicable).

ADDITIONAL DAYS FOR FAT: Days added to the Government Required delivery to complete the FAT (If Applicable).

WAIVED/REQUEST WAIVER FROM FAT, FAT Approved CAGE: 

Insert Y (Yes) if FAT is required and vendor is waived or is requesting waiver. 

Insert N (No) if vendor will be performing FAT. 

REQUIRED DELIVERY WITH FAT: Government Required Delivery plus Additional Days for FAT

REQUIRED DELIVERY NO FAT: Same as the Government Required Delivery

VENDOR OFFERED DELIVERY: Insert number of days offered delivery.

c. FAT (FIRST ARTICLE TESTING) TAB

Some of the items included in this solicitation require First Article Testing.  The Delivery of the contract quantity will be increased by the number of days specified below for each test. 

The FAT CLIN identifies First Article Test Requirements incorporated by clauses FAR 52.209-3 and 52.209-4. 

The quantity listed in the "Number of Units Due” column signifies the number of units to be tested. 

The offeror will enter the total price for the FAT requirement or a "NO CHARGE” in the "Enter Proposed FAT Charge of No Charge" column.

If neither is indicated in the “"Enter Proposed FAT Charge of No Charge" cell, the Government will assume the requirement is offered on a "NO CHARGE" basis.

In the event the first article test and approval requirements are waived; an award will not be made for the FAT CLIN. If submitting a request for waiver of FAT, please submit all documentation with proposal.

NSN/ITEM NAME/PIC: Explained above on Schedule of Supplies Tabs.

FIRST ARTICLE: All PEL FAT items are CONTRACTOR FATs.

NUMBER OF UNITS DUE: QTY of items to be tested.

DELIVERY OF TEST REPORT: Days contractor has to turn FAT testing report into Government.

GOVERNMENT REVIEW TIME: Days Government has to review the FAT testing report.

TIME FOR SUBMISSION OF TEST REPORT AND REVIEW: The previous two columns added together.

DISPOSITION OF SAMPLES: Describes what Contractor can do with items created for FAT test.

DCMA Delegation:

If DCMA Delegation is a “Y”, then the Defense Contract Management Agency (DCMA) is the Administrative Contracting Officer (ACO) and DCMA will be listed as the ACO on any delivery orders issued requiring FAT.

If DCMA Delegation is an “N”, then the ACO is DLA Weapons Support, and the FAT monitor information is listed in the section of this solicitation titled “209-9053 FIRST ARTICLE TESTING - CONTRACTOR” applies.

Notice to Contractor, if the DCMA is delegated as the ACO, the DCMA ACO is delegated the authority to approve or disapprove the First Article Test Report submitted in accordance with the requirements of this contract.  Any reference to the Contracting Officer as it relates to the submission of, and approval or disapproval of the FAT Report shall be deemed to mean the DCMA ACO.

Notice to the ACO, the DCMA ACO shall forward a copy of the First Article Test Report and the DCMA ACO’s letter of approval/disapproval to the Contracting Officer at the buying activity and to the address identified in FAR Clause 52.209-3(b).

ENTER PROPOSED LOT CHARGE FOR FAT OR NO CHARGE: Contractor must list price of FAT or indicate NO CHARGE.

CAGE OF MANUFACTURING SOURCE: Indicate the manufacturer’s CAGE code of the FAT items.

d. QPL (Qualified Product List) TAB

NSN/ITEM NAME/PIC: Explained above on Schedule of Supplies Tabs.

Offeror's CAGE: CAGE of the company providing the proposal.     

Manufacturer's CAGE/Name: CAGE of the actual manufacturer of the QPL item.

Source CAGE/Name: Indicate where your company is getting the QPL item from, either the manufacturer itself or a dealer.

Item Name: Name of the QPL item.

Test Number: Indicate QPL Item Test Number.

e. PROCUREMENT HISTORY TAB

This tab is for reference only and provides procurement history for each PEL NSN.

f. SOURCE DATA TAB

NSN/FSC/NIIN/CODE P/N: Explained previously.

OFFERED/MANUFACTURER CAGE: Offered CAGE of Company Manufacturing the Item Offered.

BUSINESS SIZE OF OFFERED MANUFACTURER: The Business Size of the Offered Manufacturer.  Use the codes below.

L = Large Business

S = Small Business

HZ = HUBZone Small Business

SDV = Service-Disabled Veteran Owned Small Business

W = Woman Owned Small Business

8a = 8(a) Small Business

OFFERED DRAWING/PART NUMBER: Part Number of the Item Offered.

ALTERNATE OR SUPERCEDING CAGE: If offering an Alternate Part Number, Supply the Alternate Manufacturer CAGE here.

ALTERNATE OR SUPERCEDING DRAWING/PART NUMBER: If offering an Alternate Item, Supply the Alternate Item Part Number here.

g. CLAUSE FILL INS TAB

Please note for any items with Origin Inspection, the column on this tab titled “E06 Inspection and Acceptance at Source: Fill in CAGE Code of Inspection Point” must be completed with the CAGE location of the source inspection.

h. POTENTIAL PROGRAM NSNs TAB

This tab lists the 7429 NSNs that the Government has identified as being within the scope of this action and eligible for procurement under this Program.

******End of February 13, 2026 Update********

Update - January 16, 2026

The solicitation will be available on DLA’s Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/) on its issue date on or about March 15, 2026.

******End of January 16, 2026 Update********

UPDATE - January 15, 2026

Please Note – Any information posted in this announcement including any Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Program Data, NSN Data, Approved Source Data, NSN Listings, Anticipated Solicitation Quantity Ranges and/or Quantity Estimates is the best information known at this time.  The information in this announcement is subject to change and may be updated prior to solicitation.  This information is an estimate and the best known at this time.  The information in this announcement is not a purchase guarantee of any kind.  The Government is not responsible for any action taken based on the information provided in this announcement.

The JLTVCI Successor Project will be a 5 year Multiple Award Contract(s) (MAC) supporting a broad range of Joint Light Tactical Vehicles (JLTV). The proposed contract will have an ordering period of a two-year base period, and three (3) one-year option periods, totaling five (5) potential contract years.  Individual orders will be used to supply the items within scope of this contract.

NSNs that fit the scope of the contract may be acquired through any contract awarded as a result of this solicitation.  This action’s scope is listed below.  A current JLTVCI Potential Program NSN Listing is attached to this announcement.

This solicitation will contain a Price Evaluation List (PEL).  Pricing will be required for a minimum number of NSNs from the PEL in order to be considered for basic contract award.  A listing of the PEL NSNs is attached to this announcement.  A listing of the JLTVCI Anticipated PEL Solicitation Quantity Ranges is also attached to this announcement (once again, please note the information is this attachment is an estimate, is the best information known at this time and is subject to change).    

Additionally, the current Item Descriptions for the PEL NSNs are attached to this announcement. 

Drawing information for the PEL NSNs acquired in accordance with drawings/specifications may be viewed by authorized users at the cFolders website https://pcf1x.bsm.dla.mil/cfolders.  The drawing information is found under Solicitation Number SPE7LX25R0021 in the folder titled SPE7LX25R0021_001.

There are currently 459 PEL NSNs that may be priced with the offeror’s initial offer submittal.

Pricing for the PEL items is required with your company’s response to this solicitation.  The offered PEL pricing shall be provided for the 5 years of this action.

A proposal MUST include pricing for a minimum number of the PEL NSNs, to be considered for award.  If an offer does not supply an offer for the minimum number of PEL items, it will have its proposal rejected.

Large Businesses must propose 50% (currently 229 NSNs) of the PEL NSNs in order to be considered for award.

Small Businesses are required to submit an offer for 30% (currently 137 NSNs) of the PEL NSNs in order to be considered for award.

To be eligible to receive an award, prior to the solicitation closing date, an offeror must:

1. Propose the minimum number of PEL NSNs outlined in the solicitation.

2. Be registered in System for Award Management (SAM) (sam.gov).

3. Possess Export Control/ Joint Certification Program (JCP) certification.

4. Possess DLA Enhanced Validation.

5. Have a quality system that is compliant with the higher-level quality standard ANSI/ISO/ASQ(E) Q9001 American National Standard, Quality management systems.

6. Possess a valid NIST SP 800-171 assessment and score posted in Supplier Performance Risk System (SPRS).

Scope:

The scope of this Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) contract includes any fully competitive and/or limited source(s) DoD or DLA managed product, used by the DoD or the Federal Government to produce, repair or replace any item, or system, used on these Joint Light Tactical Vehicles.  The Weapon System Designator Codes (WSDCs) within the scope of this contract include, but are not limited to: Army J8A, and the following Marine WSDCs: O0M United States Marine Corps (USMC) General Purpose Truck, O1M USMC Heavy Guns Carrier, O2M USMC Close Combat Weapons Carrier, and O3M USMC Truck Utility.  The Federal Supply Classes (FSC) covering these items include, but are not limited to:

2010 Ship and Boat Propulsion Components

2510 Vehicular Cab, Body, and Frame Structural Components

2520 Vehicular Power Transmission Components

2530 Vehicular Brake, Steering, Axle, Wheel, and Track Components

2540 Vehicular Furniture and Accessories

2541 Weapons Systems Specific Vehicular Accessories

2590 Miscellaneous Vehicular Components

2805 Gasoline Reciprocating Engines

2815 Diesel Engines and Components

2910 Engine Fuel System Components, Nonaircraft

2920 Engine Electrical System Components, Nonaircraft

2930 Engine Cooling System Components, Nonaircraft

2940 Engine Air and Oil Filters, Strainers, and Cleaners, Nonaircraft

2990 Miscellaneous Engine Accessories, Nonaircraft

3020 Gears, Pulleys, Sprockets, and Transmission Chain

3030 Belting, Drive Belts, Fan Belts, and Accessories

3040 Miscellaneous Power Transmission Equipment

3110 Bearings, Antifriction, Unmounted

3120 Bearings, Plain, Unmounted

3950 Winches, Hoists, Cranes, and Derricks

3990 Miscellaneous Materials Handling Equipment

4010 Chain and Wire Rope

4130 Refrigeration and Air Conditioning Components

4210 Firefighting Equipment

4320 Power and Hand Pumps

4330 Centrifugals, Separators, and Pressure and Vacuum Filters

4710 Pipe, Tube and Rigid Tubing

4720 Hose and Flexible Tubing

4730 Hose, Pipe, Tube, Lubrication, and Railing Fittings

4810 Valves, Powered

4820 Valves, Nonpowered

4910 Motor Vehicle Maintenance and Repair Shop Specialized Equipment

5315 Nails, Machine Keys, and Pins

5325 Fastening Devices

5330 Packing and Gasket Materials

5340 Hardware, Commercial

5342 Hardware, Weapon System

5355 Knobs and Pointers

5365 Bushings, Rings, Shims, and Spacers

5430 Storage Tanks

5895 Miscellaneous Communication Equipment

5905 Resistor

5925 Circuit Breakers

5930 Switches

5935 Connectors, Electrical

5963 Electronic Modules

5970 Electrical Insulators and Insulating Materials

5985 Antennas, Waveguides, and Related Equipment

5995 Cable, Cord, and Wire Assemblies: Communication Equipment

5998 Electrical and Electronic Assemblies, Boards, Cards, and Associated Hardware

5999 Miscellaneous Electrical and Electronic Components

6150 Miscellaneous Electric Power and Distribution Equipment

6220 Electric Vehicular Lights and Fixtures

6350 Miscellaneous Alarm, Signal, and Security Detection Systems

6620 Engine Instruments

6625 Electrical and Electronic Properties Measuring and Testing Instruments

6650 Optical Instruments, Test Equipment, Components and Accessories

6680 Liquid and Gas Flow, Liquid Level, and Mechanical Motion Measuring Instruments

6685 Pressure, Temperature, and Humidity Measuring and Controlling Instruments

6695 Combination and Miscellaneous Instruments

7690 Miscellaneous Printed Matter

8145 Specialized Shipping and Storage Containers

The Project currently contains 7429 NSNs that may be ordered during the period of performance.

Items are continuously being cleared technically, and having NSN numbers assigned to them, so the list of 7429 potential NSNs is not the entire list of items that may be acquired through this action but are NSNs that are known at this time.

All items within the scope of the solicitation may be ordered during the period of performance.

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.

The solicitation will be available on DLA’s Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/) on its issue date on or about March 15, 2026.

The Small Business size standard is _1000__ employees.

Drawings/specifications for some NSNs will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date.

Specifications, plans or drawings are not available are not available for all NSNs.

The total duration of this action shall not exceed 5 years.

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.

******End of January 15, 2026 Update********

Please Note – NSNs may be added to any subsequent contract per the scope of this action.  This action’s scope is listed below.  A current Program NSN listing is attached to this announcement.

This annoucement is linked to the Project's Sources Sought.  The Sources Sought contains additional Program information and a Market Survey Questionnaire.  Please feel free to review the Sources Sought and provide a response to the Market Survery Questionnaire.  Please provide any Market Survey responses or questions to Bret Griffin (bret.griffin@dla.mil) or Robert Harris (Robert.Harris@dla.mil).

The JLTVCI Successor Project will be a 5 year Multiple Award Contract(s) (MAC) supporting a broad range of Joint Light Tactical Vehicles (JLTV). The proposed contract will have an ordering period of a two-year base period, and three (3) one-year option periods, totaling five (5) potential contract years.  Individual orders will be used to supply the items within scope of this contract.

Scope

The scope of this Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) contract includes any fully competitive and/or limited source(s) DoD or DLA managed product, used by the DoD or the Federal Government to produce, repair or replace any item, or system, used on these Joint Light Tactical Vehicles.  The Weapon System Designator Codes (WSDCs) within the scope of this contract include, but are not limited to: Army J8A, and the following Marine WSDCs: O0M United States Marine Corps (USMC) General Purpose Truck, O1M USMC Heavy Guns Carrier, O2M USMC Close Combat Weapons Carrier, and O3M USMC Truck Utility.  The Federal Supply Classes (FSC) covering these items include, but are not limited to:

2010 Ship and Boat Propulsion Components

2510 Vehicular Cab, Body, and Frame Structural Components

2520 Vehicular Power Transmission Components

2530 Vehicular Brake, Steering, Axle, Wheel, and Track Components

2540 Vehicular Furniture and Accessories

2541 Weapons Systems Specific Vehicular Accessories

2590 Miscellaneous Vehicular Components

2805 Gasoline Reciprocating Engines

2815 Diesel Engines and Components

2910 Engine Fuel System Components, Nonaircraft

2920 Engine Electrical System Components, Nonaircraft

2930 Engine Cooling System Components, Nonaircraft

2940 Engine Air and Oil Filters, Strainers, and Cleaners, Nonaircraft

2990 Miscellaneous Engine Accessories, Nonaircraft

3020 Gears, Pulleys, Sprockets, and Transmission Chain

3030 Belting, Drive Belts, Fan Belts, and Accessories

3040 Miscellaneous Power Transmission Equipment

3110 Bearings, Antifriction, Unmounted

3120 Bearings, Plain, Unmounted

3950 Winches, Hoists, Cranes, and Derricks

3990 Miscellaneous Materials Handling Equipment

4010 Chain and Wire Rope

4130 Refrigeration and Air Conditioning Components

4210 Firefighting Equipment

4320 Power and Hand Pumps

4330 Centrifugals, Separators, and Pressure and Vacuum Filters

4710 Pipe, Tube and Rigid Tubing

4720 Hose and Flexible Tubing

4730 Hose, Pipe, Tube, Lubrication, and Railing Fittings

4810 Valves, Powered

4820 Valves, Nonpowered

4910 Motor Vehicle Maintenance and Repair Shop Specialized Equipment

5315 Nails, Machine Keys, and Pins

5325 Fastening Devices

5330 Packing and Gasket Materials

5340 Hardware, Commercial

5342 Hardware, Weapon System

5355 Knobs and Pointers

5365 Bushings, Rings, Shims, and Spacers

5430 Storage Tanks

5895 Miscellaneous Communication Equipment

5905 Resistor

5925 Circuit Breakers

5930 Switches

5935 Connectors, Electrical

5963 Electronic Modules

5970 Electrical Insulators and Insulating Materials

5985 Antennas, Waveguides, and Related Equipment

5995 Cable, Cord, and Wire Assemblies: Communication Equipment

5998 Electrical and Electronic Assemblies, Boards, Cards, and Associated Hardware

5999 Miscellaneous Electrical and Electronic Components

6150 Miscellaneous Electric Power and Distribution Equipment

6220 Electric Vehicular Lights and Fixtures

6350 Miscellaneous Alarm, Signal, and Security Detection Systems

6620 Engine Instruments

6625 Electrical and Electronic Properties Measuring and Testing Instruments

6650 Optical Instruments, Test Equipment, Components and Accessories

6680 Liquid and Gas Flow, Liquid Level, and Mechanical Motion Measuring Instruments

6685 Pressure, Temperature, and Humidity Measuring and Controlling Instruments

6695 Combination and Miscellaneous Instruments

7690 Miscellaneous Printed Matter

8145 Specialized Shipping and Storage Containers

The Project currently contains 7210 NSNs that may be ordered during the period of performance.

Items are continuously being cleared technically, and having NSN numbers assigned to them, so the list of 7210 potential NSNs is not the entire list that may be added to this procurement but are NSNs that are known at this time.

All items within the scope of the solicitation will be considered on the contract and may be ordered during the period of performance.

NSNs within the scope may be added to this initiative or any resulting contract at a later date.  

This solicitation may be the only planned opportunity that a contractor will have to submit a proposal for NSNs that fall within the scope of this solicitation.   

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.

The solicitation will be available on DLA’s Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/) on its issue date on or about September 2, 2025.

The Small Business size standard is _1000__ employees.

Drawings/specifications for some NSNs will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date.

Specifications, plans or drawings are not available are not avaialable for all NSNs.

The total duration of this action shall not exceed 5 years. 

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.

DIBBS / DLA Details

NSN5935010979974
Itemhas an Acquisition Advice Code (AAC) of H, as noted in the attached Statement of Work, delivery is required in accordance with Time Definite Delivery (TDD). The GOV’T REQ DELIVERY and REQUIRED DELIVERY NO FAT listed for NSN 5935010979974 is “TDD-See SOW”. An offer without exception for NSN 5935010979974 should be “TDD Per SOW” in the column titled VENDOR OFFERED DELIVERY, any other response is an offer with exception and may not be considered for award. FAT (First Article Testing) (Y/N)

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.