Axle Assembly, Automotive, Driving

SOL #: SPRDL1-25-Q-0180Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA LAND WARREN
WARREN, MI, 48397, United States

Place of Performance

Texarkana, TX

NAICS

Motor Vehicle Transmission and Power Train Parts Manufacturing (336350)

PSC

Vehicular Power Transmission Components (2520)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Nov 20, 2025
2
Last Updated
Mar 27, 2026
3
Submission Deadline
Feb 13, 2026, 10:00 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 Amendment 0002 to solicitation SPRDL1-25-Q-0180 for Axle Assembly, Automotive, Driving (NSN: 2520-01-718-3293). This is a Total Small Business Set-Aside for the procurement of two axle assemblies with an option for two more. The amendment reopens the solicitation and extends the offer submission deadline to April 09, 2026, at 3:00 PM local time (Warren, MI).

Scope of Work

This solicitation seeks AXLE ASSEMBLY, AUTOMOTIVE, DR (NSN: 2520-01-718-3293), specifically part number 402/N0090 from JCB INC. (CAGE: 0JKF0). The requirement is for a production quantity of 2 units, with an unexercised option for an additional 2 units. Delivery is required within 120 days after contract award, FOB Destination. Inspection and acceptance will occur at the origin.

Contract Details

  • Contract Type: Firm Fixed Price.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Packaging & Marking: Detailed instructions are provided in the "PACKAGING REQUIREMENTS CLAUSE" and "SPECIAL PACKAGING INSTRUCTION NUMBER: AK17183293" (DD Form 2169). This includes MIL-STD-2073-1 Method 20 for preservation, MIL-STD-129 for marking, and specific container requirements (ASTM-D7478).
  • Unique Item Identification (UII): Required for items with a unit acquisition cost of $5,000 or more.
  • Electronic Contracting: All awards, modifications, and delivery orders will be issued electronically. Payment requests and receiving reports must be submitted via Wide Area WorkFlow (WAWF).

Submission & Evaluation

  • Offer Due Date: April 09, 2026, at 3:00 PM local time (Warren, MI).
  • Submission Method: Proposals or quotes must be submitted via email to the Contract Specialist, Travis Kelly (travis.kelly@dla.mil).
  • Key Requirements: Offerors must be registered in SAM.gov. Offers for less than the total quantity will not be considered ("All or None Commercial Product Acquisition"). Technical Data Packages (TDPs) are not included.
  • New Clauses: Amendment 0002 adds DFARS 252.240-7997 NIST SP 800-171 DoD Assessment Requirements and local TACOM narratives AS7400 and AS7401 regarding the Army Contract Writing System (ACWS) Transition. Offerors must review these new clauses and acknowledge the amendment.

Eligibility

This acquisition is a Total Small Business Set-Aside.

People

Points of Contact

DLALandWarrenFBO@dla.milSECONDARY

Files

Files

Download
Download

Versions

Version 5
Special Notice
Posted: Mar 27, 2026
View
Version 4
Special Notice
Posted: Mar 27, 2026
View
Version 3
Solicitation
Posted: Jan 28, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 28, 2026
Version 1
Solicitation
Posted: Nov 20, 2025
View