T-161 Track Pad Plate Assy.
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 Department of the Army, through Red River Army Depot (RRAD), is soliciting proposals for the manufacture and supply of T-161 Track Pad Plate Assemblies. This requirement supports RRAD's rubber pad manufacturing process for the T-161 Track system. This opportunity is a Total Small Business Set-Aside.
Scope of Work
The contractor will be responsible for manufacturing and supplying T-161 Pad Plate Assemblies in accordance with TACOM drawing 12496786 Rev A. Deliverables include a Certificate of Conformance (CoC) with each shipment. Estimated quantities are substantial, with 12,000 units for Line Item 0001 and 72,000 units each for Line Items 1001 and 2001. The contractor must be capable of delivering approximately 2,500 units per month, commencing 30-60 days after a Delivery Order is issued. Delivery is FOB destination to Red River Army Depot in Texarkana, TX.
Contract & Timeline
This is anticipated to be a Firm Fixed Price requirements contract. The period of performance for the base period is from April 15, 2026, through April 15, 2029 (3 years). Offers must be submitted electronically by March 2, 2026, at 3:00 pm CST. The solicitation was published on February 12, 2026.
Set-Aside & Eligibility
This procurement is a 100% Small Business Set-Aside under NAICS Code 336992. To access the Technical Data Package (TDP), interested offerors must have an active SAM.gov registration and an approved DD 2345, "Military Critical Technical Data Agreement" certification on file with the Defense Logistics Information Service (DLIS). The TDP will be posted and restricted on SAM.gov, requiring access requests through the platform.
Submission & Evaluation
Offers must be complete and self-sufficient, comprising Part I (Price) and Part II (Technical). Evaluation will be based on the lowest responsive offer, considering technical capability, past performance (Go/No-Go Criterion), and price. Technical evaluation is on a go/no-go or pass/fail basis. Offerors must acknowledge all solicitation amendments and state acceptance of terms and conditions or list exceptions. Supporting documentation for the Go/No-Go criterion is required.
Point of Contact
All questions or concerns should be directed to the Contract Specialist, Travis Peterson, at travis.n.peterson2.civ@army.mil or 571-588-1517.