Transmission
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 Defense Logistics Agency (DLA) Land Warren has issued a solicitation (SPRDL1-25-R-0176) for the supply of Transmissions (NSN 2520-01-714-0929, Part Number 12610296). This is an Unrestricted, Firm Fixed-Price, requirements-type contract for multiple ordering years. The solicitation includes specific requirements for First Article Testing, source-controlled Technical Data Packages, and detailed Special Packaging Instructions. Offers are due by April 1, 2026, at 3:00 PM local time (Warren, MI).
Scope of Work
This solicitation seeks to procure transmissions, including all associated packaging, marking, inspection, and acceptance. Key deliverables and requirements include:
- Transmissions: Supply of NSN 2520-01-714-0929 (Part Number 12610296).
- First Article Test (FAT): A FAT report is required for CLIN 0016, with specific timelines for submission and government approval.
- Technical Data Package (TDP): Source-controlled to Allison Transmission, Inc. (Cage 73342). Approved sources must meet TDP requirements.
- Packaging & Marking: Strict adherence to MIL-STD-2073-1 and Special Packaging Instruction (SPI) AK17140929, Revision B. This includes detailed preservation methods (e.g., MIL-STD-2073-1, Method 55), specific preservatives (MIL-PRF-32033), containerization (Large, Lightweight, Reusable Container - LLRC), humidity control, and marking requirements (e.g., CARC paint, "REUSABLE CONTAINER: DO NOT DESTROY").
- Inspection & Acceptance: To be performed at Origin.
Contract Details
- Type: Firm Fixed-Price, requirements-type contract (not IDIQ).
- Duration: Structured with multiple ordering years (CLINs 0011 through 0015) for five years.
- Quantities: Guaranteed Minimum Quantity (GMQ) is 78 EACH, with a Maximum 5-Year Contract Quantity of 564 EACH. Estimated quantities are provided for each ordering year.
- Set-Aside: Unrestricted.
- Place of Performance: Warren, MI, United States.
Submission & Evaluation
- Offer Due Date: April 1, 2026, at 3:00 PM local time (Warren, MI).
- Submission Method: Proposals must be submitted electronically via email to the Contract Specialist, Richard Campbell (richard.j.campbell@dla.mil).
- Eligibility: Vendors must be registered in SAM.gov to track solicitations and view documents.
- Evaluation: Will consider FOB Origin transportation costs and may involve a reverse auction for pricing. Standard FAR clauses related to evaluation are incorporated by reference.
- NDA: Bidders requiring access to protected government information (e.g., TDP) must review and sign a Non-Disclosure Agreement.
Additional Notes
This solicitation has been amended twice. Amendment 0001 updated packaging requirements and clarified the contract type. Amendment 0002 updated the TDP link and extended the offer submission deadline to April 1, 2026. All awards, modifications, and delivery orders will be issued electronically.