Market Research for the Power Operated Drum Winch Repair
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 Army Contracting Command - Detroit Arsenal (ACC-DTA) is conducting Market Research through a Request for Information (RFI) to identify qualified and capable vendors for the Power Operated Drum Winch Repair. This RFI is for planning purposes for a potential future Firm-Fixed Price (FFP), 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. Responses are due by February 5, 2026, at 12:00 PM EST.
Scope of Work
This RFI seeks information regarding the manufacturing and repair of the Power Operated Drum Winch, identified by NSN: 3950-01-434-3231 and USG P/N: 12364530. The Government aims to understand industry interest, capabilities, and qualifications, including those of small businesses. The NAICS Code associated with this effort is 333923.
Contract & Timeline
- Type: Request for Information (RFI) / Market Research (for a potential FFP, 5-year IDIQ)
- Set-Aside: None specified (encourages participation from all businesses, including small businesses)
- Response Due: February 5, 2026, 12:00 PM EST
- Published: January 29, 2026
Submission Requirements
Interested firms must provide:
- Firm's name, address, DUNS, and CAGE Code (valid SAM registration required).
- Point of Contact (name, phone, email).
- Business size status (small/large, including Service-Disabled Veteran Owned if applicable).
- Summary of the item's commercial availability.
- Summary of expertise in manufacturing/repairing the item, including relevant contract references.
- Summary of delivery capability.
- Summary of experience conducting First Article Testing.
- Summary of the place of performance.
- Confirmation if NAICS Code 333923 is appropriate. Responses should be sent to Andrew Zielinsky at andrew.j.zielinsky.civ@army.mil.
Additional Notes
This is solely for Government planning and market research. It is not a solicitation for proposals or quotations, and the Government is not committed to issuing a solicitation or awarding a contract based on responses. No costs for preparing or submitting information will be reimbursed.