Combined Synopsis/Solicitation - Mount Assembly, Road NSN:2350-01-652-2072
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 Army Contracting Command – Detroit Arsenal proposes to award a Firm Fixed Price contract for the procurement of Mount Assembly, Roadwheel (NSN: 2350-01-652-2072, Part Number: 12545525). This is a Total Small Business Set-Aside. The solicitation seeks 186 production units with an option for an additional 186 units. Proposals are due March 30, 2026, at 1:00 PM Eastern Daylight Time.
Scope of Work
This opportunity requires the procurement of "Mount Assembly, Roadwheel" units. Key requirements include:
- Quantities: 186 production units and an unexercised option for 186 units.
- Technical Data Package (TDP): A TDP is available, is EXPORT CONTROLLED (Distribution D), and requires Joint Certification Program (JCP) certification (DD 2345) for access via SAM.gov. Offerors must download the TDP as it may be updated.
- Preservation & Packaging: Military preservation and Level B packing are required, adhering to Special Packaging Instruction (SPI) Number 12545525. Unitization for shipments exceeding 50 cubic feet is necessary, typically on 40x48 inch, 4-way entry pallets.
- Marking: All packaging levels must comply with MIL-STD-129, including bar coding, MSL labels, Passive RFID tagging (per DFARS clause 252.211-7006), and 2D bar coded Unique Item Identifiers (UII).
- Heat Treatment: Non-manufactured wood packaging materials must be heat-treated to 56 degrees Celsius for 30 minutes and marked per International Plant Protection Convention Standard.
- Delivery: FOB Destination to DLA DISTRIBUTION ANNISTON, AL, with delivery required 150 Days After Contract Award (DAC).
- Specific Requirements: Heavy Phosphate Coating requirements are specified, referencing MIL-DTL-16232.
Contract Details
- Contract Type: Firm Fixed Price (One-time buy with 100% Option).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333923 (Overhead Traveling Crane, Hoist, and Monorail System Manufacturing).
- Award: Only one award will be made.
Submission & Evaluation
- Proposals Due: March 30, 2026, 1:00 PM Eastern Daylight Time.
- Submission Method: Electronically via email to the Contract Specialist, Martina Zook (martina.r.zook.civ@army.mil), and cc the Contracting Officer, Scott Follen (scott.l.follen2.civ@army.mil).
- Questions Due: February 23, 2026, at 1:00 PM EST.
- Evaluation Factors: Delivery and Price, with Price being significantly more important. Offerors may propose an accelerated delivery schedule at no additional cost.
- Offer Acceptance Period: Minimum 180 calendar days.
Additional Notes
Offerors must be registered in SAM.gov for the corresponding NAICS code. OPSEC, Counterintelligence Awareness and Reporting (CIAR), Controlled Unclassified Information (CUI) handling, and Unique Item Identification (UII) requirements are applicable. Contract Data Requirements List (CDRL) items include Engineering Change Proposals (ECP), Requests for Variance (RFV), and Notices of Revision (NOR).