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 is soliciting proposals for a Mount Assembly, Roadwheel (NSN: 2350-01-652-2072) under a Total Small Business Set-Aside. This is a Firm Fixed Price contract for a one-time buy with a 100% option. Proposals are due March 30, 2026, at 5:00 PM UTC.
Scope of Work
This opportunity seeks to procure 186 production units of the Mount Assembly, Roadwheel (Part Number: 12545525), with an option for an additional 186 units. The NAICS Code is 336992. Key requirements include:
- Inspection and Acceptance: Origin
- FOB Point: Destination (DLA DISTRIBUTION ANNISTON, AL)
- Preservation: Military
- Packaging: Level B, with specific Special Packaging Instructions (SPI Number 12545525, dated 07 MAY 25, Revision A).
- Unitization: Palletization required for shipments exceeding 50 cubic feet to the same destination, adhering to 40x48 inch, 4-way entry pallet standards.
- Marking: Compliance with MIL-STD-129, including bar coding, MSL labels, special markings (shelf-life, structural, transportation), Passive RFID tagging (DFARS clause 252.211-7006), and Unique Item Identifiers (UII) with 2D bar codes.
- Wood Packaging: Heat treatment to 56 degrees Celsius for 30 minutes, marked per International Plant Protection Convention Standard.
- Hazardous Materials: If applicable, packaging and marking must comply with IATA, IMDG, CFR, and Joint Service Regulation, with a Product Safety Data Sheet (SDS) required per unit pack.
- Coating: Heavy Phosphate Coating requirements are specified, referencing MIL-DTL-16232.
Contract & Timeline
- Contract Type: Firm Fixed Price (One-time buy with 100% Option)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336992
- Response Date: March 30, 2026, 5:00 PM UTC
- Published Date: February 10, 2026
- Delivery: Required 150 Days After Contract Award (DAC).
Evaluation
Proposals will be evaluated based on two factors: Delivery and Price. Price will be considered significantly more important than Delivery. Offerors may propose an accelerated delivery schedule at no additional cost. The minimum acceptance period for offers is 180 calendar days.
Additional Notes
- Technical Data Package (TDP): A TDP is available and is EXPORT CONTROLLED (Distribution D). Access requires Joint Certification Program (JCP) Certification (DD 2345). Offerors must request access via SAM.gov.
- Submission: Proposals must be submitted electronically via email to Martina Zook (Martina.R.Zook.civ@army.mil) and cc Scott Follen (scott.l.follen2.civ@army.mil).
- Questions: Questions regarding requirements must be submitted by February 23, 2026, at 1:00 PM EST.
- Registration: All contractors must be registered in the System for Award Management (SAM).
- Compliance: OPSEC, CIAR, CUI handling, and UII requirements are applicable. CDRL items include ECP, RFV, and NOR.
- Assistance: Procurement Technical Assistance Centers (PTAC) can provide technical assistance.