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 aims to establish multiple award contracts for a broad range of products supporting Joint Light Tactical Vehicles (JLTVs). The solicitation is anticipated to be available on DLA's Internet Bid Site (DIBBS) on or about March 2, 2026, with proposals due by May 1, 2026, 5:00 PM ET.
Scope of Work
This 5-year Multiple Award Contract (MAC) will cover any fully competitive and/or limited source DoD or DLA managed product used to produce, repair, or replace items or systems on JLTVs. The scope includes specific Weapon System Designator Codes (WSDCs) such as Army J8A and Marine Corps O0M, O1M, O2M, O3M, encompassing numerous Federal Supply Classes (FSCs) from vehicular components to electrical and engine parts. The project currently identifies 7429 potential National Stock Numbers (NSNs), with more expected to be added.
Contract Details & Timeline
- Type: Multiple Award Contract (MAC)
- Duration: 5 years (2-year base period + three 1-year option periods)
- Set-Aside: Unrestricted, with significant Small Business Participation requirements.
- Solicitation Release: On or about March 2, 2026
- Proposal Due: May 1, 2026, 5:00 PM ET
- Procurement Method: Primarily through the Rapid Ordering Catalog (ROC), with the Government retaining the right for individual fixed-price Purchase Orders.
Eligibility & Submission Requirements
Offerors must meet stringent eligibility criteria by the solicitation closing date:
- Registration in SAM.gov.
- Possession of Export Control/Joint Certification Program (JCP) certification.
- Possession of DLA Enhanced Validation.
- A quality system compliant with ANSI/ISO/ASQ(E) Q9001.
- A valid NIST SP 800-171 assessment and score posted in SPRS. Proposals must include pricing for a minimum percentage of the Price Evaluation List (PEL) NSNs: 50% (229 NSNs) for Large Businesses and 30% (137 NSNs) for Small Businesses. Proposals are structured into four volumes: Technical (30-page limit), Past Performance (10-page limit), Small Business Participation, and Price Proposal & Delivery/Surge. Other-than-small businesses must provide a Small Business Participation Commitment Document (SBPCD) demonstrating a minimum of 40% of awarded order value to small businesses.
Evaluation Factors
Awards will be based on a Best Value Tradeoff, with non-price factors collectively more important than price. Evaluation factors, in descending order of importance, are: Technical, Past Performance, Small Business Participation, Delivery, Surge, and Price. Failure to meet minimum requirements in Technical, Delivery, Surge, or Small Business Participation, or receiving a "Limited Confidence" or "No Confidence" rating in Past Performance, will render a proposal ineligible.
Additional Notes
Draft Section L, M, and Statement of Work (SOW) documents are attached for review. Additional NSN data, PEL item descriptions, and anticipated quantity ranges are also provided. Drawings for some NSNs are available via the cFolders website. The Government is not seeking feedback on draft documents but questions may be submitted to the listed contacts.