Sources Sought for 8 NSNs - CL25043001
Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Mar 03, 2026.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
Description
This notice is NOT a request for quotes or proposals (RFQ/RFP).
The government is considering a long-term contract (LTC) with a potential period of performance of five (5) years, 8 NSNs - including any option periods.
Sources Sought - 8 NSNs.
Responses to this Sources Sought should address the company's capacity to support a five-year long-term contract. Offerors should demonstrate experience in contracts of similar size, scope and value and must be able to support a 5-year long-term contract.
The following NSNs are requested.
CLIN NSN NOMENCLATURE
0001 1720-00-193-8853 COVER,TENSIONER CYLINDER ASSY
0002 3040-01-271-9547 CONNECTING LINK,RIGID
0003 2530-01-411-7897 ANCHOR,TORSION BAR
0004 2540-01-434-8595 TOWBAR,MOTOR VEHICLE
0005 3020-01-447-8108 ADAPTER,CHAIN
0006 3020-01-461-7719 GEARSHIFT ASSEMBLY
0007 1015-01-599-2325 ROD AND FOLLOWER ASSY,BREECHBLOCK
0008 1025-01-699-5422 HOWITZER CONTROL LEVER
Estimated Annual Demand Quantity (ADQ) is stated as follows:
CLIN NSN Estimated ADQ
0001 1720-00-193-8853 - 17EA
0002 3040-01-271-9547 - 91EA
0003 2530-01-411-7897 - 253EA
0004 2540-01-434-8595 - 513EA
0005 3020-01-447-8108 - 15EA
0006 3020-01-461-7719 - 6EA
0007 1015-01-599-2325 - 99EA
0008 1025-01-699-5422 - 53EA
All 8 NSNs have an Acquisition Method Code (AMC) / Acquisition Method Suffix Code (AMSC) of “1/G”. AMC 1. Suitable for competitive acquisition for the second or subsequent time. AMSC G. The Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restrictions.
All 8 NSNs are export-controlled items subject to export control regulations under the International Traffic in Arms Regulations (ITAR) and/or the Export Administration Regulations (EAR).
Interested vendors must possess an active and current Enhanced Joint Certification Program (eJCP) certification to be eligible for the award.
Please also note:
CLIN 0001 - NIIN: 001938853 - 82N ALRE Item. Critical Application Item (CAI)
CLIN 0004 - NIIN: 014348595 - CAI, COC, SPI
CLIN 0006 - NIIN: 014617719 - GPLT applies
CLIN 0007 - NIIN: 015992325 - Critical Gun Part, Defense Article, CFAT applies, PVT, DDTC
CLIN 0008 - NIIN: 016995422 - Critical Gun Part, CFAT applies, PVT, QPL/QML, CAI
ALRE - Aircraft Launch and Recovery Equipment
CAI - Critical Application Item
COC - Certificate of Conformance
SPI - Special Packaging Instruction
GPLT - Government Production Lot Test
CFAT - Contractor First Article Test
PVT - Production Verification Testing
QPL/QML - Qualified Products List/Qualified Manufacturers List - For CLIN 0009, potential sources must be on the Qualified Products List (QPL) or Qualified Manufacturers List (QML) to be considered.
CLIN 0007 and 0008 are classified as a Critical Gun Part. Potential sources must demonstrate robust quality control systems, complete material traceability, and compliance with all applicable firearms regulations. Please provide details of your experience in manufacturing similar critical gun parts.
--- Technical data, including Drawings, are posted in DIBBS https://www.dibbs.bsm.dla.mil/ in the DLA Collaboration Folders (cFolders) section: https://pcf1x/bsm.dla.mil/cfolders/. -
-- Please review the NSN(s) listed above and provide any sources that may be able to manufacture this item. The approved sources for these items are listed above. All information may be submitted directly to Kozo Okamura at kozo.okamura@dla.mil. This information must be provided by the response date of this notice.
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.
For further information, please reference the DLA Land Maritime web page shown below and click on the highlight: Alternate Offer/Source Approval Program for detailed explanation for the information and format necessary for a SAR and for the SAR approval process. http://www.dla.mil/LandandMaritime/Business/Selling/Alternate-Offers/.
Thank you in advance for your assistance.
This notice is NOT a request for quotes or proposals (RFQ/RFP).
DIBBS / DLA Details
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.