$300,000 DLA solicitation for rubber gloves

Neoprene Gloves - 8415-00-823-7458
Neoprene Gloves – 8415-00-823-7458

DLA Troop Support has issued a solicitation which will result in a contract to deliver 24,408 pair of 35 Mil Neoprene chemical resistant gloves (NSN 8415-00-823-7458).  They must comply with MIL-DTL-32066.  Among other companies, Guardian manufactures these under part number 49910.

The contract is broken down into three deliveries:

 DELIVERY SCHEDULE TOTAL MAX QUANTITY
First delivery 150 days 8,136
Second delivery 180 days 8,136
Third delivery 210 days 8,136
TOTAL 24,408

There is some discussion in the solicitation about classifying this item as clothing as opposed to using the FSC for safety (4240) which may explain why the most recent procurement history for this item is from  2010.  IRIS Kim, Inc. sold 1,200 pair of gloves a unit price of $5.70. There are smaller unit sales of these gloves on GSA and through government credit cards for $35.55 / pair.  On can assume the 2010 price is obsolete so to estimate the contract value we’re guessing a 24,000 unit price of $12.  Your results may vary.

All offers are due by May 30, 2025.  This solicitation is set-aside for small business.  Buy America act applies.

To learn more, log into BidLink and put SPE1C1-25-R-0048 into Search for Anything at the top.

Tired of DIBBS / SAM and bid services that don’t understand defense contracting?  Try BidLink for free at www.bidlink.net.

See NSN details on BidLink
See solicitation details on BidLink

Contract numbers: 9th position tells you a lot

GSA IDIQ Contract
GSA IDIQ Contract

DOD contract numbers can tell you a lot about the contract type, location, and when it was awarded.  Knowing this can help you understand the different procurement methods while scanning procurement history.

A contract number (like SPE7LX-25-T-0603) is broken into sections:

SPE7LX – DODAAC or Agency code.  This is the office that issued it.

25 – The year it was issued.

T – Instrument type (9th position)

0603 – Instrument number; Usually sequential, incrementing upward.

THE NINTH POSITION

Today we focus on this ninth position (when omitting dashes) of the Procurement Instrument Identifier (PIID).  PIIDs can represent solicitations as well as contracts.

Instrument

9th position

Blanket purchase agreements

A

Invitations for bids

B

Contracts of all types except indefinite-delivery

C

Indefinite-delivery contracts (IDC)

D

Reserved for future Federal Government use

E

Orders or calls under IDC; BPA; BOA

F

Basic ordering agreements

G

Basic agreements and loan agreements

H

Not used

I

Reserved for future Federal Government use

J

Reserved for departmental or agency use

K

Lease agreements

L

Reserved for departmental or agency use

M

Reserved for departmental or agency use

N

Not used

O

Purchase Orders

P

Requests for quotations

Q

Requests for proposals

R

Reserved for departmental or agency use

S

Automated award

T

See Q, when out of numbers substitute this

U

See P, when out of numbers substitute this

V

Reserved for future Federal Government use

W

Reserved for future Federal Government use

X

Imprest fund

Y

Reserved for future Federal Government use

Z

To learn more about PIID numbers:

https://www.acquisition.gov/sites/default/files/current/far/compiled_html/subpart_4.16.html

Tired of DIBBS / SAM and bid services that don’t understand defense contracting?  Try BidLink for free at www.bidlink.net.

See NSN details on BidLink
See solicitation details on BidLink

$1.6 Million solicitation for Shipping Containers

Shipping Container 8140-01-296-7241
Shipping Container 8140-01-296-7241

DLA Troop Support has issued a solicitation for 150 Ammunition Grade Shipping Containers (nsn 8140-01-296-7241). These containers  are side opening with dimensions of 20′ x 8′ x 8’6″.  Containers must comply with ISO standards.  Containers will be painted with FEDSTD-595, CAMO-Green #34094 with ISO Markings in white.

The last company to sell these to the military was Intrepid Eagle, Inc. which sold them for $10,998 in quantity of 200.  They were also supplied by Sea Box, Inc. for $11,250 in quantity of 78.  Based on an analysis of procurement history we estimate the value of this contract at $1.6 Million.

Containers will be shipped to McAlester Army Ammo Plant (qty 75) and Tooele Army Depot (qty 75). Awardees have 220 days from the order to deliver.

All offers due by April 16, 2025.

To learn more, log into BidLink and put SPE8ED-25-Q-0482 into Search for Anything at the top.

Tired of DIBBS / SAM and bid services that don’t understand defense contracting?  Try BidLink for free at www.bidlink.net.

See NSN details on BidLink
See solicitation details on BidLink

$447,000 DLA solicitation for padlocks

Padlock 5340-00-682-1505
Padlock 5340-00-682-1505

DLA Land and Maritime has issued a solicitation for 8,600 padlocks (NSN 5340-00-682-1505).  This is a common style lock which is a Commercially Off The Shelf item (COTS).  Manufacturers include American Lock and Master Lock.

They were last sold to the military by Burhani Enterprises (CAGE 4NWK0) for $52 ea in quantity of 4,907.  Other suppliers include Independent Hardware, and W.W. Grainger.

Based on an analysis of past procurement history we estimate the value of this order at $447,200.  All offers are due by May 6, 2025.

To learn more, log into BidLink and put SPE7L1-25-R-0060 into Search for Anything at the top.

Tired of DIBBS / SAM and bid services that don’t understand defense contracting?  Try BidLink for free at www.bidlink.net.

See NSN details on BidLink
See solicitation details on BidLink

 

 

$1 Million dollar DLA solicitation for seat belts

uh-60 Helicopter
uh-60 Helicopter

DLA Aviation has issued a solicitation for 100 seat belts (NSN 1680-01-528-3687) used in the UH-60 helicopter. There are two approved sources for this item:

MISSION SYSTEMS (99251) P/N: 015-870180-5
SIKORSKY AIRCRAFT CORP (78286) P/N: 70500-02156-103

Technical data is available if other companies believe that they can produce this seat belt.  Dealers of the above companies are also welcome.

UH-60-seatbelt 1680-01-528-3687
UH-60-seatbelt 1680-01-528-3687

The last company to provide these to the military was Cobham Mission Systems (a large business) for $9,667 ea in quantity of 40.  They were also supplied by Transaero, Inc for $8,640 ea in quantity of 319.

Based on past procurement history we estimate the value of this contract at $966,700.  All offers are due by April 25, 2025.

To learn more, log into BidLink and put SPE4A7-25-R-0470 into Search for Anything at the top.

Tired of DIBBS / SAM and bid services that don’t understand defense contracting?  Try BidLink for free at www.bidlink.net.

See NSN details on BidLink
See solicitation details on BidLink

$1.7 Million dollar contract for electrical tape

Fiberglass electrical tape - NSN 5970-00-814-9606
Fiberglass electrical tape

DLA Aviation has issued a solicitation for fiberglass electrical tape (NSN 5970-00-814-9606). This solicitation will result in an IQC (Indefinite Quantity Contract) to consist of guaranteed quantities for DLA Customer Direct Locations (CONUS, OCONUS and FMS). Delivery orders may be placed for a Base Period consisting of five (5) Years.

The item description is as follows:

GLASS FIBER, SILICON ADHESIVE COATED

3.000 IN. WIDE, 36 YD. LG, 0.010 IN. THICK

Complies with mil-spec MIL-I-19166

The last company to supply this item to the military was Aircraft & Commercial Enterprises (CAGE 8Z281) which sold for $97.65 in quantity of 36.  This order was an “emergency contracting support branch requirement” which means “ship by fastest traceable means”.  Pricing is all over the place, but a more realistic comparable was an order for 4,979 rolls at $58.25 per roll.

The government anticipates ordering 6,077 rolls each year over the five year contract.  Based on this and an analysis of procurement history pricing we estimate the value of this contract at $1.7 Million.

All offers are due by April 17, 2025.

A quick review of the military market for these items yielded the following buying agencies:

SPE4AC – Corpus Christi Army Depot (CCAD) detachment (buying activity)

SPE7M0 – DLA Maritime Supply – Emergency buys ESOC (buying activity)

SPE4A6 – DLA Aviation, ASC – Commodities (buying activity)

SPE4A0 – DLA Aviation, ASC – Emergency Supply (buying activity)

N48758 – FRC WestPac MRO Depot – Japan (this is the ship to, the user for this specific contract which is a aircraft repair shop in Japan)

To learn more, log into BidLink and put SPE4A6-25-R-0238 into Search for Anything at the top.

Tired of DIBBS / SAM and bid services that don’t understand defense contracting?  Try BidLink for free at www.bidlink.net.

See NSN details on BidLink
See solicitation details on BidLink

 

DOD Limits divestment of F-15 to maintain fleet

F15-ACES
F15-ACES

The 2025 National Defense Authorization limits divestment of F-15 and F-22 aircraft in order to maintain current fleet levels.  In 2022 DOD planned to reduce the inventory of these aircraft in order to redirect those funds to newer programs.  Unfortunately those older planes are still needed to keep adequate force levels.

The retirement of the oldest aircraft was decided because of the high costs that it would take to upgrade those fighters, so their retirement would free up resources to upgrade the rest of the two fleets.

The NDAA states:

Sec. 8164 prohibits divesting or prepare to divest any F-15 aircraft unless the Secretary of Defense certifies
to the Committees on Appropriations of the House of Representatives and the Senate that such aircraft will
be replaced in a manner that maintains the current total aircraft assigned at a given unit and the readiness of
such unit.

The F-15E Strike Eagle fighters currently in service have two different engines, specifically 119 F-15Es powered by the Pratt&Whitney F100-PW-220 turbofan and 99 powered by the F100-PW-229. The newer -229 engines have a thrust rating of 29,000 lb, while the older -220 stops to 23,500 lb.

The Air Force planned to divest all Strike Eagles with the -220 engine by FY28, shrinking the fleet from 218 to 99 aircraft, using the freed-up resources to upgrade those 99 aircraft. The FY24 NDAA already limited the number of aircraft that could be retired from 119 to 68.

The FY25 NDAA is going to prevent the divestment of all 119 aircraft from happening for the foreseeable future, according to lawmakers.

For those with contracts relating to the F-15E and EX, it looks like you have a few more years of this business.

Tired of DIBBS / SAM and bid services that don’t understand defense contracting?  Try BidLink for free at www.bidlink.net.

See NSN details on BidLink
See solicitation details on BidLink

Half Million dollar solicitation for KC-135 fairings

KC-135 Stratotanker
KC-135 Stratotanker

DLA Aviation has issued a solicitation which will result in an Indefinite Quantity Contract (IQC) for supply of fairings (NSN 1560-00-738-0791) for the KC-135 aircraft.  The resulting contract will last for five years ordering an estimated quantity of 200 units over that time.  The Boeing part number for this item is 65-1257-19.  Technical data is available for this item so new companies can compete.

The last company to supply this item to the military was Aerometals, Inc. which sold 24 units for $2,672ea.  The only other supplier in the last 20 years was IBP consulting which sent in a single unit (likely first article). Recent solicitations for this item have received only one offer.

We estimate the value of this contract at $534,000.  Vendors have 365 days from order to delivery of goods.

All offers are due by March 24, 2025.

To learn more, log into BidLink and put SPE4A7-25-R-0329 into Search for Anything at the top.

Tired of DIBBS / SAM and bid services that don’t understand defense contracting?  Try BidLink for free at www.bidlink.net.

See NSN details on BidLink
See solicitation details on BidLink

 

Other Transaction Authority (OTA)

USS Gerald Ford in dry dock
USS Gerald Ford in dry dock

DOD has discovered that FAR regulations and the traditional contracting process stand in the way of innovation.  The U.S. Military is facing competition from other nations and must look to industry for ways to increase production capacity, streamline maintenance, and develop new technologies.

Defense contracting is governed by a set of rules called the Federal Acquisition Regulations (FAR).  These rules are designed to foster competition which saves the government money, but severely limits interaction between the military and industry.  Companies find it difficult to reach end users because FAR regulations encourage contractors to communicate with contracting officers.

What is an OTA?

OTA was created to give DOD the flexibility necessary to adopt and incorporate business practices that reflect commercial industry standards and best practices into its award instrument. When leveraged appropriately, OTs provide the Government with access to state-of-the-art technology solutions from traditional and non-traditional defense contractors (NDCs), through a multitude of potential teaming arrangements tailored to the particular project and the needs of the participants.

OTAs are a contracting vehicle which is available when FAR based procurement, grants, and cooperative agreements are not applicable.  An OTA allows the government to interact with industry without interference from FAR, DFAR, and the Competition In Contracting Act (CICA).  It can be used to finance R&D projects, prototypes, and implementation.  There are three types of OTAs:

Research OTs:  Authorized under 10 U.S.C. §4021 for basic, applied, and advanced research projects. These OTs are intended to spur dual-use research and development(R&D), taking advantage of economies of scale without burdening companies with Government regulatory overhead, which would make them non- competitive in the commercial (non-defense) sector.

Prototype OTs: Authorized under 10 U.S.C. §4022 to acquire prototype capabilities and allow for those prototypes to transition into Production OTs. Both dual-use and defense-specific projects are encouraged under section 4022. Per statute, successful Prototype OTs offer a streamlined method for transitioning into follow-on production without further competition.

Production OTs: Authorized under 10 U.S.C. §4022(f) as follow-on OTs to a Prototype OT agreement that was competitively awarded and successfully completed. The memo entitled “Definitions and Requirements for Other Transactions” (see Appendix E for policy documents and links) requires organizations soliciting for and awarding a Prototype OT to consider the possibility of a follow-on effort and provide notice to performers  in the solicitation and awarded agreements that the Government may choose to go directly into production under this authority without additional competition.

The 2025 Defense Authorization has set-aside billions for R&D and implementation to improve U.S. military capability and readiness. Any agency that can award contracts has an Agreements Officer (AO) who can draft OTAs.

Learn more about OTA:

https://www.acq.osd.mil/asda/dpc/cp/policy/docs/guidebook/TAB_A1-DoD_OT_Guide_JUL_202023_final.pdf

Tired of DIBBS / SAM and bid services that don’t understand defense contracting?  Try BidLink for free at www.bidlink.net.

See NSN details on BidLink
See solicitation details on BidLink

$2 Million solicitation for Bradley radiators

M3 Bradley Fighting Vehicle
M2 / M3 Bradley Fighting Vehicle (BFV)

DLA Land and Maritime has issued a solicitation for supply of radiators used in the Bradley Fighting Vehicle (BFV) and the Multiple Rocket Launch System (MRLS).  Technical data is available for this item so new contractors can participate. There has been only one supplier of this item in the last five years so DLA will welcome new offers.

This radiator NSN 2930-01-423-5011 is interchangeable with 2930-01-118-2885 and 2930-01-571-1945.  It was last sold to the military by Linmarr Associates for $21,499 each in quantity of 93.  The current solicitation requires 92 units.

A Source Approval Request (SAR) is required for this item if the supplier is not on the list of approved sources.  The government is leaving plenty of time for new contractors to submit a first article for testing:

CONTRACT TIMELINE:
90 Days for submission of CLIN 002 FAT units(s) or FAT report.
30 Days for Government approval/disapproval of FAT.
245 Days after approval of FAT for delivery of CLIN 0001
————
365 Days ADO Total for delivery of CLIN 0001 (245 Days if FAT waived).

All offers are due by February 18, 2025.

To learn more, log into BidLink and put SPE7L3-25-R-0007 into Search for Anything at the top.

Tired of DIBBS / SAM and bid services that don’t understand defense contracting?  Try BidLink for free at www.bidlink.net.

See NSN details on BidLink
See solicitation details on BidLink