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 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
- Contract Specialist: Justin Stoner (Justin.Stoner@DLA.mil)