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 TRANSMISSIONs (NSN 2520-01-714-0929, P/N 12610296). This is an Unrestricted, Firm Fixed Price, requirements-type contract for the supply of vehicular power transmission components. Offers are due April 10, 2026, at 3:00 PM local time (Warren, MI).
Scope of Work
This solicitation requires the supply of transmissions, including adherence to stringent packaging, marking, and inspection standards. Key requirements include:
- Item: Transmission, Dressed, Containerized (Part Number 12610296, NSN 2520-01-714-0929).
- First Article Test (FAT): A FAT report is required for CLIN 0016, with specific timelines for submission and government approval. Waiver for FAT may be authorized.
- Technical Data Package (TDP): Source-controlled to Allison Transmission, Inc. (Cage 73342). Approved sources must meet TDP requirements, with the TDP available via SAM.gov.
- Packaging & Marking: Strict adherence to MIL-STD-2073-1 and Special Packaging Instruction (SPI) Number AK17140929, Revision B (dated 02/17/2026, updated 03/16/2026). This includes specific preservation methods (MIL-STD-2073-1, Method 55), preservative application (MIL-PRF-32033 P9), containerization (LLRC), environmental controls (humidity stabilization), and detailed marking (CARC paint, "REUSABLE CONTAINER: DO NOT DESTROY," serial number per MIL-STD-129).
- Inspection & Acceptance: To be performed at Origin.
Contract Details
- 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, with a Maximum 5 Year Contract Quantity of 564 EACH. Each ordering year quantity is an estimate.
- Set-Aside: Unrestricted.
- Product Service Code: 2520 (Vehicular Power Transmission Components).
- NAICS Code: 336350 with a size standard of 1500.
Submission & Evaluation
- Offer Due Date: April 10, 2026, at 3:00 PM local time (Warren, MI).
- Submission Method: Proposals must be submitted electronically via email to the Contract Specialist.
- Eligibility: Vendors must be registered in SAM.gov.
- 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.
Additional Notes
This solicitation has undergone multiple amendments (0001, 0002, 0003). Key changes include updates to packaging requirements, clarification of the contract type (requirements-type), updates to the TDP link, and extensions of the offer submission deadline. A Non-Disclosure Agreement (NDA) for Government Protected Information is also part of the documentation, outlining terms for accessing sensitive information. All awards, modifications, and delivery orders will be issued electronically.