Carrier, Gear Assembly
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 Warren has issued a Solicitation for Carrier, Gear Assembly (NSN: 3010-01-570-7426). This procurement is for 7 units with a 100% option, under a Firm Fixed-Price contract. Key updates from recent amendments include a revised submission deadline and new requirements for supply chain traceability documentation. Offers are due by March 16, 2026, at 11:59 p.m. Eastern Time.
Scope of Work
This opportunity seeks bids for Carrier, Gear Assembly, identified by NSN 3010-01-570-7426. The procurement is restricted to specific part numbers from approved manufacturers:
- Meritor, Inc. (CAGE: 3D6E9) P/N 320001045A01168
- Oshkosh Defense, LLC (CAGE: 75Q65) P/N 17KP694 The required quantity is 7 units, with a 100% option. Delivery terms are FOB Destination. Packaging and marking must comply with MIL-STD-2073-1 and MIL-STD-129. Inspection and acceptance will occur at the origin.
Contract Details
- Contract Type: Firm Fixed Price
- Agency: DLA Land Warren, under the Department of Defense
- Set-Aside: Not specified in the official metadata.
- Reverse Auction: The solicitation includes a provision for a potential reverse auction as a pricing technique. Contractors must be registered in the reverse auction system (https://dla.procurexinc.com) and have completed online training to participate if an auction is held.
Key Requirements & Amendments
- Supply Chain Traceability (Amendment 0002): Offerors (excluding manufacturers) must submit Supply Chain Traceability Documentation with their offer. Failure to provide acceptable documentation will result in ineligibility for award. This documentation must include item description, part number, manufacturer, CAGE code, supply chain intermediaries, batch identification, and test reports. Contractors are required to retain this documentation and provide it upon request.
- FAR Clause Deletions (Amendment 0001): Several FAR clauses and provisions have been deleted, including those related to CAGE Code Reporting, Basic Safeguarding of Covered Contractor Systems, Alternative Line Item Proposal, Telecommunications and Video Surveillance Services/Equipment, ByteDance Covered Application, Federal Acquisition Supply Chain Security Act Orders, Delivery of Excess Quantities, and Offerors Representations and Certifications for Commercial Products and Services.
Submission & Evaluation
- Offer Due Date: March 16, 2026, at 11:59 p.m. Eastern Time.
- Submission Method: Proposals or quotes must be submitted via email to the Contract Specialist.
- Registration: Vendors must be registered in SAM.gov to be eligible.
- Evaluation: While specific criteria are not detailed in the provided summaries, evaluation will consider price and other factors.
Contact Information
For questions, contact Jon Machacek at jon.machacek@dla.mil or 385-591-2854. Questions regarding the reverse auction system can also be directed to the contract specialist.