Final Drive, Vehicular
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 Final Drive, Vehicular parts. This opportunity seeks to procure two specific National Stock Numbers (NSNs) under a Firm Fixed Price, 5-year contract. A Technical Data Package (TDP) is available but is export-controlled and requires specific approval for access. Proposals are due March 23, 2026, at 3:00 PM EST.
Scope of Work
This solicitation covers the procurement of:
- Item 1: Final Drive, Vehicular (NSN: 2520-01-432-2685, Part Number: 12365778). Manufacturers include Intermec Technologies Corp (CAGE: 33825) and LOC Performance Products Inc (CAGE: 1V513). Minimum quantity: 6, Maximum quantity: 160.
- Item 2: Final Drive, Vehicular (NSN: 2520-01-432-2681, Part Number: 12365777). Manufacturers include Intermec Technologies Corp (CAGE: 33825) and LOC Performance Products Inc (CAGE: 1V513). Minimum quantity: 9, Maximum quantity: 249.
Key requirements include:
- Technical Data Package (TDP): Competitive top-level drawing, but contains source-controlled components/drawings or manufacturer parts. It is Export Controlled. Access is restricted to Data Custodians identified in the United States/Canada Joint Certification Program (JCP).
- First Article Test (FAT): Required for Item 1 (CLIN 0011) and Item 2 (CLIN 0012), with potential for waiver.
- Packaging: MIL A, complying with MIL-STD-2073-1 and Special Packaging Instructions AK14322681 and AK14322685.
- Inspection and Acceptance: At Origin.
- Deliveries: FOB Point: Origin. Delivery location is currently unknown; contact the Contract Specialist for details.
- Unique Item Identification: Required for items with a Government's unit acquisition cost of $5,000 or more, or as specified.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: 5-year contract, with ordering years defined by days after contract award.
- Guaranteed Minimum: 6 EACH for Item 1 (NSN 2520-01-432-2685) and 9 EACH for Item 2 (NSN 2520-01-432-2681) over the 5-year contract period.
Submission & Evaluation
- Submission: Offers must be submitted electronically via email to the Contract Specialist listed on the cover page.
- Deadline: March 23, 2026, at 3:00 PM EST.
- Evaluation: Factors are detailed in Section M of the solicitation. The government will consider transportation costs for FOB Origin offers.
Eligibility / Set-Aside
- Set-Aside: None specified (unrestricted).
- Registration: Vendors must be registered in SAM.gov to be eligible.
Additional Notes
All solicitations are publicized on SAM.gov. Late submissions, modifications, and withdrawals are subject to Section L, Provision No. 52.214-7 or 52.215-1. Awards will be made electronically. For questions, contact Abhinav Dang (abhinav.dang@dla.mil) or DLA Warren Contract Opportunities (dlawarrencontractopportunities@dla.mil).