Transmission

SOL #: SPRDL1-25-R-0176Sources Sought

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

Timeline

1
Posted
Apr 24, 2025
2
Last Updated
Mar 16, 2026
3
Response Deadline
May 8, 2025, 7:00 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 for TRANSMISSION (NSN 2520-01-714-0929, P/N 12610296). This is an Unrestricted acquisition for a Firm Fixed-Price, requirements-type contract. Offers are due April 1, 2026, at 3:00 PM local time (Warren, MI).

Scope of Work

This solicitation seeks the supply of "TRANSMISSION" (NSN 2520-01-714-0929, Part Number 12610296). Key requirements include:

  • First Article Test (FAT) report for CLIN 0016, with contractor testing and government approval.
  • Adherence to Technical Data Package (TDP), which is source-controlled to Allison Transmission, Inc. (Cage 73342). A revised TDP link is available.
  • Strict compliance with packaging and marking requirements, including MIL-STD-2073-1 and Special Packaging Instruction (SPI) AK17140929, Revision B. The SPI details preservation (MIL-STD-2073-1, Method 55), specific preservative (MIL-PRF-32033 P9), containerization (LLRC), and marking (CARC paint, "REUSABLE CONTAINER: DO NOT DESTROY", serial number).
  • Inspection and Acceptance will be performed at Origin.

Contract Details

  • Contract Type: Firm Fixed Price, requirements-type contract.
  • Duration: Structured with multiple ordering years (CLINs 0011 through 0015) for five years.
  • Quantities: Guaranteed Minimum Quantity (GMQ) is 78 EACH. The Maximum 5 Year Contract Quantity is 564 EACH. Estimated quantities are provided per ordering year (e.g., 78 EA for Year 1, 121 EA for Year 2).
  • Set-Aside: Unrestricted.
  • NAICS Code: 336350, Size Standard: 1500 employees.
  • 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: Electronic submission via email to the Contract Specialist.
  • Eligibility: Vendors must be registered in SAM.gov.
  • Evaluation: Will consider FOB Origin transportation costs. A reverse auction for pricing may be involved. Standard FAR clauses related to evaluation are incorporated by reference.

Key Documents & Notes

  • This solicitation (SPRDL1-25-R-0176) has been amended. Amendment 0001 clarified the contract type and updated packaging requirements. Amendment 0002 updated the TDP link and extended the offer submission deadline to April 1, 2026.
  • A Non-Disclosure Agreement (NDA) for Government Protected Information is available and must be reviewed/signed if access to protected information is required.
  • Contact: Richard Campbell at richard.j.campbell@dla.mil or (586) 234-1610.

People

Points of Contact

Richard CampbellPRIMARY

Files

Files

Download
Download

Versions

Version 11
Solicitation
Posted: Mar 16, 2026
View
Version 10
Solicitation
Posted: Feb 25, 2026
View
Version 9
Solicitation
Posted: Feb 24, 2026
View
Version 8
Solicitation
Posted: Feb 24, 2026
View
Version 7
Solicitation
Posted: Feb 24, 2026
View
Version 6
Solicitation
Posted: Jan 29, 2026
View
Version 5
Pre-Solicitation
Posted: Jan 14, 2026
View
Version 4
Sources Sought
Posted: Aug 14, 2025
View
Version 3
Sources Sought
Posted: Aug 8, 2025
View
Version 2Viewing
Sources Sought
Posted: Aug 8, 2025
Version 1
Sources Sought
Posted: Apr 24, 2025
View