Skip to content
Department of Defense

3 NSNs, BATTERY, NONRECHARGE

Solicitation: SPE7LX26R0002
Notice ID: ade0bdbe94cb47e3a17549dea98ce6e8
TypePresolicitationNAICS 335910PSC6135Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyPostedFeb 03, 2026, 12:00 AM UTCDueFeb 07, 2026, 04:59 AM UTCExpired

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Feb 07, 2026. Industry: NAICS 335910 • PSC 6135.

Market snapshot

Awarded-market signal for NAICS 335910 (last 12 months), benchmarked to sector 33.

12-month awarded value
$83,036,739
Sector total $20,448,118,707 • Share 0.4%
Live
Median
$84,792
P10–P90
$39,185$5,818,184
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($83,036,739)
Deal sizing
$84,792 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
United States
Contracting office
Columbus, OH • 43218-3990 USA

Point of Contact

Name
Mia Proskurenko
Email
Mia.Proskurenko@dla.mil
Phone
6149806151

Agency & Office

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

More in NAICS 335910

Description

The scope of this acquisition is for a Firm-Fixed Price (FFP), Federal Acquisition Regulation (FAR) Part 12; Indefinite Quantity Contract (IQC). The Government is pursuing a Long-Term Contract (LTC), for the duration of a three-year base and two, one year, option periods which will be extended in one-year increments at the discretion of the Government for a potential total of five years, which will provide long term production planning for DLA Direct (stock) support.  This will be solicited as Unrestricted acquisition utilizing Full and Open Competition IAW FAR 6.102. FOB will be at Destination and Inspection/Acceptance (I/A) will be at Origin.  First Destination Transportation (FDT) does not apply. The proposal will be evaluated according to “Best Value” procedures on the basis of Price, Past Performance, Proposed Delivery, Surge and Small Business Participation. All evaluation factors, other than price, when combined are equal to price.  Procurement Item Description (PID) is included in the synopsis as an attachment. All offers shall be in the English language and in U.S. dollars. The Defense Logistics Agency Weapons Support has determined that a consolidation of contract requirements is necessary and justified in accordance with FAR 7.107-2. The consolidation will include the following items:

1) National Stock Number (NSN) if assigned.

CLIN 0001 NSN 6135-01-340-7883

CLIN 0002 NSN 6135-01-455-7947

CLIN 0003 NSN 6135-01-517-6060

(2) Specification and whether an offeror, its product, or service must meet a qualification requirement in order to be eligible for award, and identification of the office from which additional information about the qualification requirement may be obtained (see subpart 9.2).

Not Applicable (N/A)

(3) Manufacturer, including part number, drawing number, etc.

CLIN 0001: IAW BASIC DRAWING NR 12255 6092PS079

REVISION NR B   DTD 11/20/1996

CLIN 0002: IAW BASIC DRAWING NR 80063 A3315889

REVISION NR     DTD 01/16/2009

CLIN 0003: IAW BASIC SPEC NR MIL-PRF-32271/1C

REVISION NR C   DTD 06/03/2025

PART PIECE NUMBER: M32271/1-12D

(4) Size, dimensions, or other form, fit or functional description.

N/A

(5) Predominant material of manufacture.

Unknown

(6) Quantity, including any options for additional quantities.

CLIN 0001: 9,735 EA

CLIN 0002: 704 PG

CLIN 0003: 2,424 PG

(7) Unit of issue.

CLIN 0001: Each (EA)

CLIN 0002: Package (PG)

CLIN 0003: Package (PG)

(8) Destination information.

CONUS DLA Direct (stock) locations

(9) Delivery schedule.

CLIN 0001: 154 days

CLIN 0002: 154 days

CLIN 0003: 224 days

(10) Duration of the contract period.

One, three-year base period with two, one-year option periods.

(11) Sustainable acquisition requirements, such as a description of high-performance sustainable building practices required, if for design, construction, renovation, repair, or deconstruction (see part 23 and 36.104).

N/A

(12) For a proposed contract action in an amount estimated to be greater than $25,000 but not greater than the simplified acquisition threshold, enter-

(i) A description of the procedures to be used in awarding the contract (e.g., request for oral or written quotation or solicitation); and

(ii) The anticipated award date.

N/A

(13) For Architect-Engineer projects and other projects for which the product or service codes are insufficient, provide brief details with respect to: location, scope of services required, cost range and limitations, type of contract, estimated starting and completion dates, and any significant evaluation factors.

N/A

(14) (i) If the solicitation will include the FAR clause at 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act, or an equivalent agency clause, insert the following notice in the synopsis: "One or more of the items under this acquisition is subject to Free Trade Agreements."

(ii) If the solicitation will include the FAR clause at 52.225-5, Trade Agreements, or an equivalent agency clause, insert the following notice in the synopsis: "One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements."

(iii) If the solicitation will include the FAR clause at 52.225-11, Buy American-Construction Materials under Trade Agreements, 52.225-23, Required Use of American Iron, Steel, and Manufactured Goods-Buy American Statute-Construction Materials under Trade Agreements, or an equivalent agency clause, insert the following notice in the synopsis: "One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements."

N/A - DFARS 252.225-7021 applies

(15) In the case of noncompetitive contract actions (including those that do not exceed the simplified acquisition threshold), identify the intended source and insert a statement of the reason justifying the lack of competition.

N/A

(16) (i) Except when using the sole source authority at 6.302-1, insert a statement that all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.

(ii) When using the sole source authority at 6.302-1, insert a statement that all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.

(17) If solicitations synopsized through the GPE will not be made available through the GPE, provide information on how to obtain the solicitation.

The solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/

(18) If the solicitation will be made available to interested parties through electronic data interchange, provide any information necessary to obtain and respond to the solicitation electronically.

N/A

(19) If the technical data required to respond to the solicitation will not be furnished as part of such solicitation, identify the source in the Government, such as https://www.sam.gov, from which the technical data may be obtained.

(d) Set-asides. When the proposed acquisition provides for a total or partial small business program set-aside, or when the proposed acquisition provides for a local area set-aside (see subpart  26.2), the contracting officer shall identify the type of set-aside in the synopsis and in the solicitation.

(e) Codes to be used in Synopses to identify services or supplies. Contracting officers must use one of the classification codes identified at https://www.sam.gov to identify services or supplies in synopses.

(f) Notice of solicitation cancellation. Contracting officers may publish notices of solicitation cancellations (or indefinite suspensions) of proposed contract actions in the GPE.

N/A

DIBBS / DLA Details

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.