Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Successor Project
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 and Maritime has issued a presolicitation for the Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Successor Project. This initiative seeks to establish a 5-year Multiple Award Contract(s) (MAC) to support a broad range of Joint Light Tactical Vehicles (JLTVs) by supplying DoD/DLA managed products for their production, repair, or replacement. The solicitation is anticipated to be available on DLA's Internet Bid Site (DIBBS) on or about March 15, 2026, with proposals due by June 2, 2026, 5:00 PM ET.
Scope of Work
The contract's scope encompasses any fully competitive and/or limited source DoD or DLA managed product used on JLTVs. This includes items for Army J8A and Marine Corps WSDCs (O0M, O1M, O2M, O3M). Federal Supply Classes (FSCs) covered are extensive, including vehicular components (e.g., 2510, 2520, 2530, 2540, 2590), engine components (e.g., 2805, 2815, 2910-2990), power transmission equipment (e.g., 3020-3040), bearings (e.g., 3110, 3120), various hardware (e.g., 5315-5365), and electrical/electronic components (e.g., 5905-5999, 6150). The project currently identifies 7429 potential National Stock Numbers (NSNs) that may be ordered, with more continuously being added.
Contract Details
- Type: Presolicitation for a Multiple Award Contract (MAC)
- Duration: 5 years (2-year base period, three 1-year option periods)
- Set-Aside: None specified (open competition)
- Small Business Size Standard: 1000 employees
- Solicitation Release: On or about March 15, 2026
- Response Due: June 2, 2026, 5:00 PM ET
- Site: DLA's Internet Bid Site (DIBBS)
Key Requirements for Offerors
To be considered for award, offerors must:
- Propose pricing for a minimum number of Price Evaluation List (PEL) NSNs: 50% (229 NSNs) for Large Businesses and 30% (137 NSNs) for Small Businesses.
- Be registered in SAM.gov.
- Possess Export Control/Joint Certification Program (JCP) certification.
- Possess DLA Enhanced Validation.
- Have a quality system compliant with ANSI/ISO/ASQ(E) Q9001.
- Possess a valid NIST SP 800-171 assessment and score posted in the Supplier Performance Risk System (SPRS).
- Provide 5-year pricing for offered PEL items.
Evaluation Factors
Award decisions will be based on a combination of price, delivery, past performance, and other factors detailed in the solicitation.
Additional Information
Attached documents include the "JLTVCI Anticipated PEL QTY Ranges.xlsx", "JLTVCI Potential Program NSN Listing.xlsx", "JLTVCI PEL NSN Listing.xlsx", and "JLTVCI PEL Item Descriptions.xlsx". These provide critical details on item specifications, packaging, technical requirements, and anticipated quantities. Drawing information for PEL NSNs can be viewed by authorized users on the cFolders website (https://pcf1x.bsm.dla.mil/cfolders) under Solicitation Number SPE7LX25R0021. Interested parties are encouraged to review the linked Sources Sought for additional program information and to respond to the Market Survey Questionnaire.
Contacts
- Primary: Bret Griffin (bret.griffin@dla.mil, 614-692-1148)
- Secondary: Robert Harris (Robert.Harris@dla.mil, 614-692-5912)