Transmission
SOL #: SPRDL1-25-R-0176Solicitation
Overview
Buyer
DEPT OF DEFENSE
Defense Logistics Agency
DLA LAND WARREN
WARREN, MI, 48397, United States
Place of Performance
Warren, MI
NAICS
Motor Vehicle Transmission and Power Train Parts Manufacturing (336350)
PSC
Vehicular Power Transmission Components (2520)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Apr 24, 2025
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 2, 2026, 8:00 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 Defense Logistics Agency (DLA) Land Warren has issued a solicitation (SPRDL1-25-R-0176) for Transmissions (NSN 2520-01-714-0929, P/N 12610296). This is a Firm Fixed Price, requirements-type contract for commercial items. Proposals are due March 2, 2026, at 3:00 PM local time.
Scope of Work
This opportunity requires the procurement of transmissions, including adherence to specific technical and packaging requirements. Key aspects include:
- First Article Test (FAT): A FAT report is mandatory for CLIN 0016, with potential for waiver.
- Technical Data Package (TDP): The TDP is source-controlled to Allison Transmission, Inc. (Cage 73342), Government P/N: 12610296. Approved sources must meet these TDP requirements.
- Packaging: Strict adherence to MIL-STD-2073-1 and Special Packaging Instruction (SPI) AK17140929, Revision B (dated 02/17/2026) is required. This includes detailed preservation (e.g., MIL-PRF-32033), containerization (e.g., Large, Lightweight, Reusable Container - LLRC), humidity control, and specific marking (e.g., "CARC" paint, "REUSABLE CONTAINER: DO NOT DESTROY", serial number stenciling).
- Inspection & Acceptance: To be performed at Origin.
Contract & Timeline
- Contract Type: Firm Fixed Price, Requirements-type contract.
- Duration: Structured with multiple ordering years, totaling five years.
- Quantities: Guaranteed Minimum Quantity (GMQ) of 78 EACH, with a Maximum 5-Year Contract Quantity of 564 EACH. Ordering year quantities are estimates.
- Set-Aside: Unrestricted. NAICS code 336350 with a 1500 employee size standard.
- Offer Due Date: March 2, 2026, 03:00 PM local time.
- Published Date: February 24, 2026.
Submission & Evaluation
- Submission Method: Proposals must be submitted electronically via email to the Contract Specialist.
- Registration: Vendors must be registered in SAM.gov.
- Amendment: Offerors must acknowledge receipt of Amendment 0001.
- Evaluation: Will consider FOB Origin transportation costs and may involve a reverse auction for pricing.
Additional Notes
Amendment 0001 updated packaging requirements to SPI Revision B and clarified the contract type as a requirements-type contract.
People
Points of Contact
Richard CampbellPRIMARY
Files
Versions
Version 11
Solicitation
Posted: Mar 16, 2026
Version 10
Solicitation
Posted: Feb 25, 2026
Version 9
Solicitation
Posted: Feb 24, 2026
Version 8Viewing
Solicitation
Posted: Feb 24, 2026
Version 7
Solicitation
Posted: Feb 24, 2026
Version 6
Solicitation
Posted: Jan 29, 2026
Version 5
Pre-Solicitation
Posted: Jan 14, 2026
Version 4
Sources Sought
Posted: Aug 14, 2025
Version 3
Sources Sought
Posted: Aug 8, 2025
Version 2
Sources Sought
Posted: Aug 8, 2025
Version 1
Sources Sought
Posted: Apr 24, 2025