Transparent Armor
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) Weapons Support (Columbus) is preparing to issue a Presolicitation for Transparent Armor for vehicular windows, encompassing two specific National Stock Numbers (NSNs). This acquisition is a 100% Small Business Set-Aside and will result in a Firm-Fixed-Price, Indefinite Delivery Contract with a maximum value of $3,777,240.64. The solicitation is expected to be available on DIBBS around March 19, 2026, with responses due by April 28, 2026.
Scope of Work
This opportunity involves the procurement of two NSNs for transparent vehicular window armor: 2541011899748 and 2541012892233. Both items are designated as critical application items. The acquisition is a consolidation of requirements, and the solicitation will utilize procedures from FAR Part 15 – Contracting by Negotiation. First Destination Transportation (FDT) applies to both items.
Contract Details
- Contract Type: Firm-Fixed-Price, Indefinite Delivery Contract (IDIQ)
- Duration: Up to five years (3-year base period + two 1-year option periods)
- Maximum Value: $3,777,240.64
- Set-Aside: 100% Small Business Set-Aside
- NAICS: 336211 (Motor Vehicle Body Manufacturing) with a 1000-employee size standard
- Place of Performance: Columbus, OH
Technical & Quality Requirements
Offerors must comply with all technical and quality requirements for each NSN, as detailed in the Procurement Item Description (PID). Key requirements include:
- Export Control: Technical data is subject to ITAR or EAR. Offerors must have an approved US/Canada Joint Certification Program (JCP) certification and DLA approval to access export-controlled data (DFARS 252.225-7048 applies).
- Testing: May involve Product Verification Testing (PVT), First Article Testing (FAT) (including contractor testing and ballistic testing at US ARMY TARDEC SABL), and other special testing.
- Quality: Higher-level contract quality requirements apply, potentially including ISO 9001, Certificate of Conformance (COC), and Covered Defense Information (CDI).
- Packaging: Must adhere to MIL-STD-2073-1E, DLA Packaging Requirements (RP001), specific Special Packaging Instructions (SPIs), and MIL-STD-129 marking.
- Performance Criteria: Window laminate must withstand specific temperature/humidity ranges for a five-year storage life.
Submission & Deadlines
- Solicitation Release: On or about March 19, 2026, on DIBBS.
- Response Due: April 28, 2026.
- Submission Method: Through DIBBS by clicking the "Offer" button (users must be logged in).
- Contact: Joseph Coleman, Joseph.Coleman@dla.mil, 614-693-0141.