CLUTCH ASSEMBLY, FRI
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 CLUTCH ASSEMBLY, FRI (NSN: 2520-01-067-3899, Part Number: 12273920) for the JE – ABRAMS Tank. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers are due April 27, 2026, at 4 p.m. EST.
Scope of Work
This opportunity requires the supply of CLUTCH ASSEMBLY, FRI components. Key requirements include a First Article Test Report in accordance with FAR 52.209-3. Packaging and marking must adhere to MIL-STD-2073-1 and Special Packaging Instruction Number AK10673899, Revision D, dated May 05, 2025. Inspection and acceptance will occur at the Origin, with deliveries being FOB Destination. Supply Chain Traceability Documentation is required at the time of offer submission for all offerors other than the manufacturer.
Contract Details
This will be a Firm Fixed Price supply contract with an estimated five-year ordering period. The contract specifies a Guaranteed Minimum Quantity (GMQ) of 188 EACH and a Maximum 5 Year Contract Quantity of 1175 EACH. The contract is a "Rated Order" under DPAS (15 CFR 700). The solicitation includes DLA Weapons Support (Warren) provision 52.215-9023, allowing for the use of a reverse auction as a pricing technique. Contractors must be registered in the reverse auction system and have completed online training to participate.
Set-Aside
This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
Submission & Evaluation
Offers must be submitted for the total quantity of items, adhering to an "All or None" rule. Proposals must be submitted via email to the Contract Specialist listed on the solicitation. Vendors must be registered in SAM.gov and possess a login.gov account. Technical Data Packages (TDPs) are available via SAM.gov. Award will be made to the responsible Offeror whose proposal represents the lowest evaluated price or best value.
Key Dates & Contact
Response Date: April 27, 2026, 4 p.m. EST. Primary Contact: Tania Lawson-Henderson (TANIA.LAWSON-HENDERSON@DLA.MIL, 5867037479).