Solicitation for Clutch Assembly, Friction NSN: 2520-00-435-4564
ID: W912CH-24-R-0040Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

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
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the supply of 154 friction clutch assemblies (NSN: 2520-00-435-4564) under a firm-fixed-price contract. This procurement is designated as a Total Small Business Set-Aside, emphasizing the importance of compliance with the North American Industry Classification System (NAICS) standards and registration in the System for Award Management (SAM). The clutch assemblies are critical components for vehicular power transmission, underscoring their significance in military operations. Interested contractors must submit their proposals electronically by the extended deadline of March 21, 2025, and are encouraged to contact Christina Herbig at Christina.a.herbig.civ@army.mil for further information regarding the solicitation and submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, identified as W912CH-24-R-0040, aims to award a firm-fixed price contract for the supply of 154 friction clutch assemblies (NSN: 2520-00-435-4564). The procurement is a total small business set-aside under FAR regulations. The solicitation specifies that responses should be received by the end of the day on February 7, 2025, and details the required documentation for submission, including confirmation of receipt of amendments. The contract also involves access to a Technical Data Package with restricted distribution, requiring a military certification (DD 2345) for eligibility. Key evaluation factors for award consideration are outlined, emphasizing compliance with North American Industry Classification System (NAICS) standards and registration in the System for Award Management (SAM). Specific delivery schedules, packaging, inspection, and acceptance processes are also addressed, alongside requirements for the handling of Controlled Unclassified Information (CUI) and operational security protocols. Emphasis is placed on timely submission and adherence to stringent military standards regarding packaging and data management, demonstrating the government's commitment to ensuring quality and compliance in its procurement processes.
    This document details Amendment 0001 to Solicitation W912CH-24-R-0040, which updates various contractor instructions related to Operations Security (OPSEC) and the Threat Awareness Program, emphasizing compliance for contractor employees. The amendment extends the offer receipt timeframe and outlines procedures for acknowledging this amendment. The Technical Data Package (TDP) associated with the contract is available through the System for Award Management (SAM), with strict guidelines for handling Controlled Unclassified Information (CUI) and maintaining security protocols. Contractors are mandated to complete OPSEC training and Threat Awareness Reporting Program (TARP) training, maintaining documentation for compliance. Configurations and changes to the contract must follow stringent approval processes, with an emphasis on maintaining proper communication channels for inquiries and submissions. Overall, the document reinforces the U.S. Government's commitment to security, compliance, and the management of contractor operations in relation to defense materials, highlighting necessary training and strict adherence to established guidelines for information security and contract execution.
    The document pertains to Amendment 0002 of Solicitation W912CH-24-R-0040, which involves updates to the RFP for a firm-fixed price contract regarding Recovery Vehicles. This amendment extends the due date for offers from February 7, 2025, to February 19, 2025, and makes specific modifications across various sections of the solicitation. Key changes include the removal of certain clauses, edits to delivery times, and updates to proposal submission guidelines. The proposal evaluation will focus on two main factors: Delivery Schedule and Price, with an emphasis on the best value to the government. Submissions must adhere to strict formatting and content guidelines, emphasizing the need for clarity, organization, and responsiveness. Offerors are permitted to submit only one proposal while being encouraged to clearly state their acceptance periods. The government also outlines potential reasons for proposal rejection, including non-compliance with submission instructions. Overall, this amendment reflects the procedural updates necessary for the contract awarding process, reinforcing compliance and the government’s standards for evaluation in accordance with federal procurement regulations.
    The document is an amendment to a solicitation regarding a federal procurement process, specifically for a Firm Fixed Price contract related to recovery vehicles (M51/M74/M88). Its primary purpose is to extend the due date for offer submissions from February 19, 2025, to February 28, 2025. Additionally, it emphasizes that all other terms and conditions of the original solicitation remain unchanged and are fully in effect. The document includes administrative information such as contract identifiers, contact details for the procurement officer, and instructions on how offerors should acknowledge receipt of this amendment. This amendment aims to provide clarity and flexibility for potential contractors while ensuring continued compliance with federal procurement regulations.
    This document is an amendment to a government solicitation for a contract, specifically identified as W912CH-24-R-0040, related to supply contracts for recovery vehicles (M51/M74/M88) with a firm fixed price structure. The main purpose of this amendment (No. 0005) is to extend the offer due date from February 28, 2025, to March 7, 2025. It emphasizes that all other terms and conditions of the solicitation remain unchanged and in full force. The amendment details the acknowledgment procedures that contractors must follow to confirm receipt, noting various acceptable methods for doing so. It also outlines the relevant contact information for the buyer, Christina Herbig, and reaffirms the procedural compliance necessary for contractor engagement. This document illustrates the structured process by which amendments to government contracts are formalized and communicated, ensuring that all participating contractors remain informed and compliant with procedural modifications.
    The document outlines Amendment 0006 of solicitation W912CH-24-R-0040, issued by the federal government for a firm-fixed-price contract related to supply orders for Recovery Vehicles (M51/M74/M88). The primary purpose of this amendment is to extend the deadline for offers from March 7, 2025, to March 21, 2025. Key details include the contracting officer's contact information, administrative codes, and stipulations regarding the acknowledgment of this amendment by the contractors. The document emphasizes that all terms and conditions of the previous solicitation and contract remain unchanged, except for the specified extension. This amendment ensures that potential contractors are informed of changes and have adequate time to prepare their offers, reflecting the government's commitment to transparency and fairness in the procurement process. The structure includes sections for identification, acknowledgment, and the amendment's description, ensuring clear communication of changes to the solicitation process.
    The document details Amendment 0003 to Solicitation W912CH-24-R-0040, primarily concerning modifications to a federal procurement process for a Recovery Vehicle, M51/M74/M88. It updates references in Section L of the solicitation and restates that all other terms and conditions remain unchanged. The amendment specifies the proposal submission requirements, emphasizing that proposals must be submitted electronically and within a designated timeframe to avoid rejection. Key factors for proposal evaluation include delivery schedule and price, with clear instructions for addressing each factor. Offerors are limited to one proposal that must encompass all requirements of the solicitation. Additionally, the document includes provisions for a minimum acceptance period of 120 calendar days and stipulates that any exceptions to solicitation terms may lead to rejection. The amendment also informs contractors about the transition to a new Army Contract Writing System (ACWS), advising vigilance in recognizing changes that may affect eligibility or compliance with solicitation terms. Ultimately, this amendment serves to provide clarity in submission procedures and maintain the integrity of the proposal evaluation process while updating critical references in the solicitation.
    Similar Opportunities
    30--CLUTCH ASSEMBLY,FRI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of Clutch Assemblies under a total small business set-aside contract. This solicitation aims to acquire mechanical power transmission equipment, which is critical for various defense applications and operations. Interested vendors are encouraged to reach out to the designated buyer via email for any inquiries regarding the solicitation, with all relevant documents available on the DLA's procurement website. The solicitation emphasizes the importance of compliance with FAR 19.5 regulations, and potential bidders should ensure their submissions align with the outlined requirements.
    30--CLUTCH ASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the procurement of a Clutch Assembly (PSC Code: 3010). This presolicitation opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and aims to acquire torque converters and speed changers essential for various naval applications. Interested vendors should note that the primary contact for this opportunity is Tiana Hammaker, who can be reached at (717) 605-8399 or via email at TIANA.HAMMAKER@NAVY.MIL for further inquiries. Additional details regarding the timeline and funding specifics will be provided in subsequent announcements.
    25--SHAFT,AND CLUTCH HA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of shafts and clutch components, specifically under the solicitation titled '25--SHAFT,AND CLUTCH HA'. This opportunity is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 333613, which pertains to Mechanical Power Transmission Equipment Manufacturing. The components are crucial for vehicular equipment, ensuring operational efficiency and reliability in defense applications. Interested vendors should direct their inquiries to the buyer listed in the solicitation document, accessible via the DLA's DIBBS platform, and are encouraged to submit their proposals in a timely manner to participate in this procurement process.
    25--DISK,CLUTCH,VEHICUL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking suppliers for the procurement of clutch disks for vehicles, as outlined in the Combined Synopsis/Solicitation. This contract falls under the NAICS code 336350, which pertains to Motor Vehicle Transmission and Power Train Parts Manufacturing, indicating the critical nature of these components in vehicle operation and maintenance. The solicitation emphasizes the importance of these parts in ensuring the reliability and performance of military vehicles. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's DIBBS portal.
    30--CLUTCH HALF,POSITIV
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking suppliers for the procurement of a Clutch Half, Positive, under a Combined Synopsis/Solicitation notice. This opportunity falls under the NAICS code 333612, which pertains to the manufacturing of speed changers, industrial high-speed drives, and gear systems, indicating the importance of mechanical power transmission equipment in military applications. Interested vendors are encouraged to direct any inquiries regarding this solicitation to the buyer listed in the solicitation document, accessible via the DLA's DIBBS platform, with the primary contact email being DibbsBSM@dla.mil. Further details regarding deadlines and submission requirements can be found in the solicitation document.
    30--CLUTCH HALF,POSITIV
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking suppliers for the procurement of a Clutch Half, Positive, under a Combined Synopsis/Solicitation notice. This procurement falls under the NAICS code 333612, which pertains to the manufacturing of speed changers, industrial high-speed drives, and gear systems, indicating the importance of these components in mechanical power transmission equipment. Interested vendors are encouraged to direct any inquiries regarding the solicitation to the buyer listed in the solicitation document, which can be accessed via the DLA's DIBBS website. For further details, potential bidders should refer to the solicitation number for specific requirements and timelines.
    2520011608074
    Buyer not available
    The Defense Logistics Agency (DLA) Land & Maritime is seeking sources for a long-term contract related to various National Stock Numbers (NSNs) associated with military vehicular components, including clutch disks, towing brackets, and wiring harnesses. The procurement aims to identify businesses capable of manufacturing these critical items, which are essential for maintaining military vehicle operability and readiness. Interested suppliers are required to complete a market survey and provide information regarding their capabilities and interest in the contract, with submissions due by November 27, 2025. For further inquiries, potential respondents can contact Brent Wahle at brent.wahle@dla.mil or Tracy Holmes at Tracy.Holmes@dla.mil.
    30--ARM,BRAKE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of ARM, BRAKE components under a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and falls under the NAICS code 333613, which pertains to Mechanical Power Transmission Equipment Manufacturing. The goods are critical for various defense applications, ensuring the reliability and functionality of mechanical systems within military operations. Interested vendors should direct their inquiries to the buyer listed in the solicitation document, accessible via the DLA's website, and are encouraged to submit their proposals promptly to meet the procurement timeline.
    CLUTCH ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting offers for the procurement of 55 Clutch Assemblies specifically designed for the CH-47 Chinook helicopter. This solicitation, identified by number SPRRA1-25-Q-0010, is restricted to two manufacturers, Boeing Company and Formsprag LLC, due to proprietary data limitations that prevent sourcing from alternative suppliers. The production lead time is approximately 770 days post-contract award, which can be reduced to 720 days if First Article Testing is not required. Interested parties must contact the contracting officer, Jamal Jackson, via email at jamal.jackson@dla.mil, to express their interest and provide company details, with the closing date for offers being tentative and subject to change.
    Thrust Collar Assembly_Solicitation
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting bids for the procurement of Thrust Collar Assemblies, which are critical components for heavy tracked howitzer systems. This opportunity is a total small business set-aside, requiring compliance with military standards and access to Technical Data Packages (TDP). The procurement emphasizes the importance of quality assurance, including a First Article Test (FAT), and adherence to military packing and preservation standards. Interested contractors must submit sealed offers electronically, and for further inquiries, they can contact Angelo Wilson at angelo.b.wilson.civ@army.mil. The solicitation outlines strict guidelines for handling Controlled Unclassified Information (CUI) and operational security measures, ensuring the integrity and security of sensitive information throughout the contracting process.