SWING DRIVE ASSEMBL
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 and Maritime is conducting a Sources Sought for a SWING DRIVE ASSEMBL (NSN 2920-01-2083410). This market research aims to identify potential manufacturers and gather detailed market information to inform a future solicitation. Responses are due April 2, 2026.
Purpose & Scope
DLA Land and Maritime is seeking sources capable of manufacturing the SWING DRIVE ASSEMBL, NSN 2920-01-2083410. The current approved sources are Grove U.S. LLC and Oshkosh Defense. The AMC/AMSC code "1/R" indicates that the government does not own the data or rights needed to purchase this part from additional sources, and it has been determined uneconomical to acquire or reverse engineer. The attached "Market Survey Blank Revised Form.docx" is a questionnaire designed to collect comprehensive information from potential suppliers.
Key Information Requested
The market survey questionnaire requests details crucial for DLA to define a potential procurement. This includes:
- Bidder Information: Contact details, NAICS code, business size (Large/Small, Manufacturer/Dealer).
- Item Specifics: NSN, item name, Cage(s) & P/N(s), unit of issue, quantity, and quantity with 100% option.
- Manufacturing Capability: Whether the bidder is the actual manufacturer, source of supply if a dealer, and manufacturing location.
- Commerciality: Determination of whether the item is commercial, catalog-listed, modified, or available in the commercial marketplace, with requirements for supporting documentation.
- Contracting Preferences: Willingness to comply with FAR Part 12 or Part 15, interest in a Firm Fixed Price contract, and willingness to submit an offer.
- Logistics & Technical: Preferred delivery timeframe, acceptance of F.O.B. Origin, minimum order, quantity/price breaks, hazardous materials, packaging, RFID compliance, salient features, cost drivers, unit size, and weight.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified
- Response Due: April 2, 2026, 7:00 PM ET
- Published: April 2, 2026
Action for Potential Bidders
Interested companies should review the NSN and provide information on their manufacturing capabilities by the response date. Information should be submitted directly to the Contract Specialist, Sarah Harmon (sarah.harmon@dla.mil). Companies wishing to become an "Approved Source" may submit an application package through the DLA Land and Maritime Alternate Offer/Source Approval Request (SAR) Program, which requires demonstrating the ability to manufacture the product to the same or better quality than the Original Equipment Manufacturer (OEM). Further details on the SAR program are available on the DLA Land and Maritime website.