NSN: 6350-01-612-6614 - Vehicle Motion Sensor Encoder

SOL #: SPRDL125R0122SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA LAND WARREN
WARREN, MI, 48397, United States

Place of Performance

Anniston, AL

NAICS

Search (334511)

PSC

Miscellaneous Alarm, Signal, And Security Detection Systems (6350)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 27, 2026
2
Last Updated
Feb 11, 2026
3
Submission Deadline
Feb 28, 2026, 5:00 PM

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 Request for Proposal (RFP) for Vehicle Motion Sensor (VMS) Encoders (NSN: 6350-01-612-6614, MfPn: 74371621 / 13029361). This is a Sole-Source acquisition for Honeywell International, Inc., with no set-aside. Proposals are due February 28, 2026, at 12:00 PM.

Scope of Work

This opportunity is for the procurement of VMS Encoders under a 5-year Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract. The estimated quantities range from a guaranteed minimum of 24 Each to a maximum of 625 Each over the five-year period, with an estimated 125 Each per ordering year. The place of performance is Anniston, AL.

Contract Details

  • Type: Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ)
  • Duration: 5 ordering years
  • Quantities: Guaranteed Min 24 Each, Max 625 Each (over 5 years)
  • Set-Aside: None / Not Applicable (Sole-Source to Honeywell International, Inc.)
  • FOB: Destination
  • Inspection/Acceptance: Origin
  • Packaging: Military – B, MIL-STD-2073-1, Special Packaging Instruction (SPI) #2313029361

Key Requirements & Clauses

A First Article Test (FAT) is required unless a waiver is approved by the Contracting Officer, with testing conducted by the contractor and a FAT Report submitted in accordance with FAR 52.209-3. The Technical Data Package (TDP) is not available to the general public and is only accessible to the Sole Source/Limited Source Manufacturers. Specialty clauses include DFARS 252.225-7048 (Export Controlled), DFARS 252.208-7000 (Precious Metals), FAR 52.246-2 (Inspection of Supply), and FAR 52.246-11 / 52.246-26 (Certificate of Conformance).

Submission & Evaluation

Proposals must be submitted via email to the Contract Specialist. Vendors must be registered in SAM.gov. Evaluation criteria reference FAR 52.212-1, 52.212-3, and 52.212-5.

Timeline

  • Proposal Due Date: February 28, 2026, at 12:00 PM
  • Published Date: February 11, 2026

Point of Contact

People

Points of Contact

Justin StonerPRIMARY

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Feb 11, 2026
Version 1
Solicitation
Posted: Jan 27, 2026
View
NSN: 6350-01-612-6614 - Vehicle Motion Sensor Encoder | GovScope