Combined Synopsis/Solicitation - Mount Assembly, Road NSN:2350-01-652-2072

SOL #: W912CH-25-R-0177Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC- DTA
WARREN, MI, 48397-5000, United States

Place of Performance

Place of performance not available

NAICS

Military Armored Vehicle (336992)

PSC

Combat, Assault, And Tactical Vehicles, Tracked (2350)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 10, 2026
2
Last Updated
Apr 13, 2026
3
Submission Deadline
Apr 13, 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 Department of the Army, ACC-Detroit Arsenal, has issued a Combined Synopsis/Solicitation (W912CH-25-R-0177) for a Firm Fixed Price contract to procure Mount Assembly, Roadwheel (NSN: 2350-01-652-2072). This is a Total Small Business Set-Aside. Proposals are due April 13, 2026, at 1:00 PM EST.

Scope of Work

This opportunity requires the procurement of 186 units of Mount Assembly, Roadwheel, with an additional 186 units available as an unexercised option. Key technical requirements include Heavy Phosphate Coating per MIL-DTL-16232. Inspection and acceptance will occur at origin, with delivery FOB Destination to DLA DISTRIBUTION ANNISTON, AL, required 150 Days After Contract Award (DAC).

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).
  • Delivery: 150 DAC, FOB Destination.
  • Packaging: Military preservation (Level B), Special Packaging Instruction (SPI) 12545525, MIL-STD-129 marking, Passive RFID, and Unique Item Identifiers (UII) are mandatory. Heat treatment for wood packaging materials is also required. A prototype package is necessary for validation.

Submission & Evaluation

Proposals must be submitted electronically via email to the Contract Specialist (Martina.R.Zook.civ@army.mil) and Contracting Officer (scott.l.follen2.civ@army.mil). Evaluation will be based on Delivery Schedule and Price, with Price being significantly more important. Offerors may propose an accelerated delivery schedule at no additional cost. Proposals later than 45 days after the solicited schedule will be considered un-awardable. Offers must remain valid for 180 calendar days.

Key Requirements & Notes

A Technical Data Package (TDP) is available via SAM.gov, but it is EXPORT CONTROLLED (Distribution D) and requires Joint Certification Program (JCP) Certification (DD 2345) for access. TDP documents are located in the 'Images' folder within the downloaded zip file. Offerors must be registered in SAM.gov. Other requirements include OPSEC, CIAR training, CUI handling, and submission of CDRL items such as Engineering Change Proposals (ECP) and Requests for Variance (RFV).

People

Points of Contact

Martina ZookPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6Viewing
Combined Synopsis/Solicitation
Posted: Apr 13, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Mar 23, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 10, 2026
View
Combined Synopsis/Solicitation - Mount Assembly, Road NSN:2350-01-652-2072 | GovScope