Cylinder Assembly, Actuating, Linear
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 (SPRDL1-26-Q-0075) for Cylinder Assembly, Actuating, Linear (NSN 3040-01-662-1588). This is a Total Small Business Set-Aside for a Firm Fixed Price contract. Proposals are due June 1, 2026, at 03:00 PM.
Scope of Work
This opportunity requires the provision of 11 production units of the "CYLINDER ASSEMBLY, A" (NSN: 3040-01-662-1588, Manufacturer Part Number: 356-2219 by CATERPILLAR INC, CAGE 11083), with an unexercised option for an additional 11 units. The place of performance is Warren, MI, United States.
Key Requirements & Deliverables
- Item: CYLINDER ASSEMBLY, ACTUATING, LINEAR (NSN 3040-01-662-1588)
- Quantities: 11 production units, 11 option units
- Packaging: Strict adherence to military standards, including MIL-STD-2073-1 Method 20 preservation, Level A packing, and MIL-STD-129 marking. Specific instructions detail the use of NAS 847 caps/plugs, MIL-PRF-121 wrapping, ASTM-D6199 blocking/bracing, and an ASTM-D6880 container (53" x 14-3/4" x 12-1/4").
- Delivery: FOB Destination, required within 60 days after contract award.
- Inspection & Acceptance: To be performed at Origin.
Contract Details
- Type: Firm Fixed Price
- Solicitation Number: SPRDL1-26-Q-0075
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333995 (Size Standard: 800 employees)
- Published Date: April 30, 2026
Submission & Evaluation
- Offer Due Date: June 1, 2026, at 03:00 PM
- Submission Method: Proposals must be submitted via email to the Contract Specialist.
- Eligibility: Offerors must be registered in SAM.gov.
- Evaluation Criteria: Award will be based on price and responsibility criteria.
- Incorporated Clauses: FAR clauses 52.212-1, 52.212-3, and 52.212-5 are incorporated by reference.
Additional Notes
Bidders must provide Supply Chain Traceability Documentation (unless the manufacturer). The solicitation also includes specific clauses related to cybersecurity, export control, and unique item identification. Payment instructions will utilize Wide Area WorkFlow (WAWF).
Contact Information
Primary Point of Contact: Richard Campbell (richard.j.campbell@dla.mil, 586-234-1610).