AM GENERAL SOLE SOURCE - VARIOUS FSCS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Land and Maritime is seeking offers for the acquisition of various Federal Supply Classification (FSC) items, specifically 1,310 National Stock Numbers (NSNs), for which AM General is the sole source of supply. This Unrestricted opportunity, utilizing Other Than Full and Open Competition, supports multiple weapon system programs. Offers are considered from all responsible sources, with a response date of March 10, 2026.
Scope of Work
This requirement covers both consumable and Depot Level Repairable (DLR) NSNs managed by DLA Weapons Support Columbus and Richmond, DLA Troop Support, DLA Detachment Warren, and all DoD NSNs managed by DLA where AM General (CAGE 34623) is the sole source. The attached "SOL Synopsis NSN Attachment.xlsx" provides a detailed list of these NSNs, categorized into DLR and Consumable items, including descriptions, supply planners, and other technical identifiers. Bidders must review this attachment to understand the specific parts and materials required.
Contract & Timeline
- Contract Type: Requirements Contract
- Duration: 5-year base period with 5 option years, not exceeding 10 years total.
- Competition: Unrestricted with Other Than Full and Open Competition.
- Solicitation Structure: Two Long Term Contracts (LTCs) will be issued: one for commercial items (FAR Part 12) and one for non-commercial items (FAR Part 15).
- Solicitation Availability: On or about February 6, 2026, at https://dibbs.bsm.dla.mil/rfp. Hard copies will not be available.
- Response Due: March 10, 2026.
- Published: January 27, 2026.
Additional Details
This acquisition involves a consolidation of requirements in accordance with FAR 7.107-2, which has been determined necessary and justified. The determination will be posted with the solicitation. FOB Origin is required, and Inspection/Acceptance will be at both Origin and Destination. Increments and delivery schedules will be noted in the Request for Proposal (RFP).