Dog Bone Chain
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 United States Army Contracting Command – Detroit Arsenal (ACC-DTA) is issuing a Total Small Business Set-Aside solicitation for a Firm Fixed Price contract to procure Dog Bone Chains (NSN: 2590-01-134-1848, Part Number: 13222E0431). The contract includes a one-year buying option for an estimated quantity of 24 units. The place of performance is Anniston, AL 36201. Proposals are due by April 24, 2026, at 5:00 PM EST.
Scope of Work
This solicitation requires the supply of Dog Bone Chains, with specific requirements for Military Level of Preservation and Level A Packaging. Key packaging details include Preservation Method Code 20, Cleaning Procedure Code 1, Preservative Material Code 01, Wrapping Material Code GH, Cushioning and Dunnage Code AD, Unit Container Code F2, and Packing Code F. Wood Packaging Materials (WPM) must comply with ISPM 15 for heat treatment and marking. Hazardous Materials requirements adhere to IATA, IMDG, and CFR regulations. The contract also includes clauses for Item Unique Identification and Valuation (DFARS 252.211-7003) and requires Contract Data Requirements List (CDRL) items such as Engineering Change Proposals (ECP), Requests for Variance (RFV), and Notices of Revision (NOR). Inspection, acceptance, and FOB point are all at destination.
Technical Data Package (TDP)
A Technical Data Package (TDP) is available and is EXPORT CONTROLLED (Distribution D). Access to the TDP requires Joint Certification Program (JCP) Certification (DD Form 2345). Interested parties must request access via SAM.gov. The TDPL review date is August 4, 2025.
Contract & Timeline
- Contract Type: Firm Fixed Price, with a one-year buying option.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336992 (Miscellaneous Vehicular Components).
- Estimated Quantity: 24 EA with a 100% buying option.
- Response Due: April 24, 2026, 5:00 PM EST.
- Published Date: April 13, 2026.
- Delivery Schedule: 25 units every thirty days, commencing 365 days after contract award.
Submission & Evaluation
Offers must be submitted electronically as one signed copy via email to Contract Specialist David S. Joley (david.s.joley.civ@army.mil). Fax, hardcopy, and DVD/CD-ROM proposals will not be accepted. Offerors must be registered in SAM.gov and ensure their proposal is responsive to all solicitation clauses and provisions. Failure to obtain and respond to any amendments may result in a nonresponsive proposal.
Contact Information
All questions must be directed in writing to the Contract Specialist, David S. Joley (david.s.joley.civ@army.mil, 571-588-9341).