Winch, Drum, Vehicle Mounting
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 is soliciting proposals for a Winch, Drum, Vehicle Mounting (NSN 2590-01-595-3591). This is a Total Small Business Set-Aside opportunity for a Firm Fixed Price contract. The procurement includes both a production quantity and an unexercised option quantity. Offers are due by April 15, 2026, at 03:00 PM local time.
Scope of Work
The primary item sought is a "WINCH, DRUM, VEHICLEM" with NSN 2590-01-595-3591, specifically manufacturer's part number 383-3368 from CATERPILLAR INC (CAGE 11083). The solicitation includes requirements for a production quantity and an unexercised option quantity for this item.
Contract Details
- Contract Type: Firm Fixed Price
- Delivery: FOB Destination
- Delivery Timeline: 120 days after contract award for the production quantity (CLIN 0001AA) and 120 days after option exercise for the option quantity (CLIN 0002AA).
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
Key Requirements
- Packaging & Marking: Specific requirements for packaging, marking, inspection, and acceptance are detailed, with inspection and acceptance at origin. Special Packaging Instructions (SPI) mandate MIL-STD-2073-1D, Method 20 for preservation, specific preservatives (MIL-PRF-16173, Grade 4; MIL-PRF-10924), and a container type (MIL-C-104, Type II, Class 2, Style A). Marking must comply with MIL-STD-129.
- Traceability: Supply chain traceability documentation is required from all offerors who are not the manufacturer.
- Unique Item Identifier (UII): Offerors must provide a UII for delivered items meeting specific cost thresholds.
- Technical Data: Technical Data Packages (TDPs) are not included with the solicitation; vendors may need to request access.
- Other Clauses: Includes provisions for cybersecurity, hazardous materials, and electronic contracting.
Submission & Evaluation
- Submission Method: Proposals or quotes must be submitted via email to the Contract Specialist listed on the solicitation.
- Eligibility: Vendors must be registered in SAM.gov.
- Evaluation: Evaluation criteria will consider factors beyond price, though not explicitly detailed in the provided pages. The solicitation includes provisions for potential reverse auctions for pricing discussions.
- Response Due: April 15, 2026, at 03:00 PM local time.
Contact Information
- Primary Contact: Richard Campbell
- Email: richard.j.campbell@dla.mil
- Phone: 5862341610