Elevation Drive 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 (SPRDL1-25-R-0213) for the procurement of Elevation Drive Assemblies (NSN: 1005-01-617-6248, Part Number: 12522215) for the M1 Abrams Family of Vehicles (FOV). This opportunity seeks to acquire 44 production units with an option for an additional 44 units. A critical aspect of this solicitation is that the Government does not possess drawings suitable for competitive procurement and lacks full data rights for the Technical Data Package (TDP). Consequently, interested contractors must meet the requirements of the Source Approval Program, including vehicle-level qualification testing at their own expense, to become an approved source of supply. Responses are due by March 13, 2026, 8:30 PM EST.
Scope of Work
The Elevation Drive Assembly is a vital component designed for elevating and traversing a weapon to its desired firing position on the M1 Abrams Family of Vehicles. Specifically, it controls the elevation/depression of the Commander's machine gun in the Stabilized Commander Weapon Station (SCWS) for M1A1 tanks. The assembly comprises a motor brake assembly, planetary reduction unit, manual drive, output pinion, and an anti-backlash drive mount mechanism, enabling both powered and manual operation. The solicitation is for 44 production units (Item 0001AA) and an unexercised option for 44 additional units (Item 0002AA). Packaging must adhere to military preservation and packing standards, with inspection and acceptance performed at the origin. Delivery is required 240 days after award.
Contract Details
- Type: Firm Fixed Price
- Quantity: 44 production units, with an option for 44 additional units.
- Delivery: 240 days after award.
- Inspection & Acceptance: At Origin.
- Set-Aside: None specified.
Eligibility & Source Approval
Vendors must be registered on SAM.gov. Due to the government's limited data rights, this solicitation includes a market research component to identify potential new sources. Contractors interested in supplying this item must successfully complete the Source Approval Program, which involves meeting specific requirements and conducting vehicle-level qualification testing at their own expense. Technical Data Packages (TDPs) are available via SAM.gov but may require specific access procedures and agreements.
Submission & Evaluation
Offers must be submitted electronically via email to the Contract Specialist. The solicitation closing date and time are critical for submission. Evaluation factors are detailed in Section M, covering aspects such as "EVALUATION OF OPTIONS" and "CONTRACTOR RESPONSIBILITY AND ELIGIBILITY FOR AWARD."
Timeline & Contact
- Response Due: March 13, 2026, 8:30 PM EST
- Published: January 29, 2026, 8:12 PM EST
- Primary Contact: JANECA DENT, JANECA.DENT@DLA.MIL, 586-467-1233