NSN: 6350-01-612-6614 - Vehicle Motion Sensor Encoder
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 is soliciting proposals for a Vehicle Motion Sensor Encoder (NSN: 6350-01-612-6614) under a 5-year Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract. This acquisition is set aside for Small Business. Proposals are due February 28, 2026, at 12:00 PM.
Scope of Work
This solicitation is for the procurement of Encoder, Vehicle Motion Sensor (VMS), with NSN 6350-01-612-6614 and Manufacturer Part Numbers 74371621 / 13029361. The contract covers an estimated quantity range of 118 to 625 units, with a guaranteed minimum of 24 units and a maximum of 625 units over five ordering years. An estimated 125 units are required per ordering year.
Contract Details
- Contract Type: Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ)
- Duration: 5-year ordering period
- Quantities: Guaranteed Minimum: 24 Each; Maximum: 625 Each (over 5 years)
- Inspection & Acceptance: Origin
- FOB: Destination
- Packaging: Military – B, MIL-STD-2073-1, Special Packaging Instruction (SPI) #2313029361
- Specialty Clauses: Includes DFARS 252.225-7048 (Export Controlled), DFARS 252.208-7000 (Precious Metals), FAR 52.246-2 (Inspection of Supply), FAR 52.246-11 / 52.246-26 (Certificate of Conformance).
Set-Aside & Eligibility
This acquisition is set aside for Small Business. Vendors must be registered in SAM.gov.
Submission & Evaluation
Proposals are due by February 28, 2026, at 12:00 PM. Submissions must be sent via email to the Contract Specialist. A First Article Test (FAT) is required in accordance with FAR 52.209-3, to be conducted by the contractor, and a First Article Test Report must be submitted unless a waiver is approved. Technical Data Package (TDP) information is source-controlled and accessible via SAM.gov. Evaluation criteria reference FAR 52.212-1, 52.212-3, and 52.212-5.
Point of Contact
For questions, contact Justin Stoner at Justin.Stoner@DLA.mil.