Shift Control Assembly, NSN: 2520-01-142-8251
ID: W912CH-24-R-0125Type: Solicitation
Overview

Buyer

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

NAICS

Mechanical Power Transmission Equipment Manufacturing (333613)

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 Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of Shift Control Assemblies under solicitation W912CH-24-R-0125. This opportunity is set aside for small businesses and involves a Firm Fixed Price, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a guaranteed minimum order of 84 units and a maximum of 625 units. The Shift Control Assembly, identified by National Stock Number (NSN) 2520-01-142-8251, is critical for vehicular power transmission components, emphasizing the importance of compliance with military packaging and export control regulations. Interested vendors must submit their signed proposals, including acknowledgment of amendments, by August 22, 2025, to Kerri E. Ginter at kerri.e.ginter.civ@army.mil, and must ensure they have the necessary Joint Certification Program (JCP) certification to access the Technical Data Package (TDP).

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a First Article Waiver Worksheet used in government contract proposals. It outlines the necessary information and process for contractors to request waivers for First Article Testing (FAT), which is often a requirement for government procurement. The worksheet requires submission on company letterhead, signed by an authorized representative, and addresses sections including current acquisition details, types of waiver requests (partial or full), and justifications for each request. Contractors must provide supporting documentation, including past test approvals and evidence of continuous production, as well as any relevant quality issues or changes in manufacturing data. This form is essential for ensuring compliance with testing requirements while allowing for flexibility when prior successful testing substantiates a waiver. The focused intent of the document is to streamline the acquisition process by reducing redundancy and honoring previous testing accomplishments when applicable.
    The document, likely part of a federal government RFP or grant, clarifies the initial delivery order for solicitation W912CH-24-R-0125. The first order is estimated to be 88 EA.
    Amendment 0001 to Solicitation W912CH-24-R-0125, issued by the ACC-DTA, primarily extends the response deadline for offers. The original deadline of July 09, 2025, at 13:00 E.S.T. has been moved to July 25, 2025, at 13:00 E.S.T. This modification, a standard amendment of solicitation, ensures that all other terms and conditions of the initial solicitation remain unchanged. Contractors are required to acknowledge receipt of this amendment through specified methods to ensure their offer is considered. The contract type is confirmed as Firm Fixed Price, issued by Kerri E. Ginter.
    Amendment 0002 to Solicitation W912CH-24-R-0125, issued by ACC-DTA, primarily extends the offer response date from July 25, 2025, to August 08, 2025, both at 13:00 E.S.T. This modification to the Firm Fixed Price supply contract ensures that all other terms and conditions of the original solicitation remain unchanged. The amendment also specifies that offers must acknowledge receipt of this change to be considered valid, detailing methods for acknowledgment. The document is a standard form for amending solicitations or modifying contracts, emphasizing the importance of timely submission of offers or changes to previously submitted offers.
    Amendment 0003 to Solicitation W912CH-24-R-0125, issued by ACC-DTA, primarily extends the response deadline for offers from August 08, 2025, to August 22, 2025, both at 13:00 E.S.T. This modification, a Standard Form 30, addresses an amendment to a solicitation rather than a contract modification. It specifies that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods to ensure their offers are not rejected. The contract type for this solicitation is Firm Fixed Price, and it falls under Supply Contracts and Priced Orders. Kerri E. Ginter is identified as the buyer.
    This government solicitation outlines a Request for Proposal (RFP) for a single, five-year Indefinite Delivery, Indefinite Quantity (IDIQ) Contract focused on the procurement of Shift Control Assemblies. The contract is structured as a total small business set aside and includes specific details regarding the minimum and maximum quantities to be ordered, with a guaranteed minimum of 84 units. The solicitation emphasizes the requirement for a Technical Data Package (TDP), export control considerations, and mandatory compliance with the Arms Export Control Act. Key contractual clauses detail the inspection and acceptance of supplies at origin, packaging and marking standards, and potential hazardous material handling. Submission procedures mandate that proposals be sent electronically, with strict adherence to deadlines. The document encapsulates the requirements, including the need for contractors to maintain current registrations in the System for Award Management (SAM). Additionally, the document outlines critical operational security measures, configuration management documentation procedures, and compliance with quality assurance standards. The overarching purpose is to establish clear guidelines and requirements for vendors interested in fulfilling government supply contracts while ensuring transparency and accountability in procurement processes.
    This document is an amendment to the solicitation W912CH-24-R-0125 issued by the U.S. Army Corps of Engineers. The primary purpose of the amendment is to extend the deadline for solicitation responses from July 9, 2025, at 1:00 PM E.S.T. to July 25, 2025, at 1:00 PM E.S.T. The amendment outlines that all other terms and conditions of the solicitation remain unchanged, maintaining the integrity of the original contract. It is formatted according to federal guidelines, including sections for contract identification, issuance and administration details, and specific instructions for contractors regarding acknowledgment of the amendment. The designated contracting officer for this modification is Kerri E. Ginter, emphasizing the Federal Government’s systematic approach to managing RFP processes efficiently. This amendment aligns with standard procedures for modifying contractual agreements in federal solicitations.
    This document is an amendment to solicitation W912CH-24-R-0125, issued by the Army Corps of Engineers. The primary purpose of the amendment is to extend the deadline for proposal submissions from July 25, 2025, to August 8, 2025, maintaining the original solicitation's terms and conditions intact. The document outlines the necessary acknowledgment procedures for the contractor regarding this amendment, including options for receipt acknowledgment and submission of changes to proposals. It identifies the administration and contracting officers involved and specifies the contract type as firm fixed price. This update is part of the ongoing procurement process related to supply contracts and priced orders, highlighting the government’s commitment to transparency and adherence to established solicitation protocols. Overall, the amendment serves to ensure that potential contractors are adequately informed and can participate in the bidding process within the revised timeframe.
    Similar Opportunities
    Carrier, Gear Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of a Carrier, Gear Assembly, identified by NSN 3010-01-570-7426. This opportunity is specifically restricted to approved manufacturers, namely Meritor and Oshkosh Defense, with a total quantity of 14 units required (7 for production and 7 as an option), to be delivered FOB Destination within 240 calendar days post-award. The solicitation has transitioned from a small business set-aside to full and open competition, with proposals due by January 12, 2026, at 11:59 PM Eastern Time, and all submissions must be sent electronically to the Contract Specialist, Jon Machacek, at jon.machacek@dla.mil. Interested parties should ensure compliance with all specified regulations and requirements outlined in the solicitation documents.
    Transmission Control Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking procurement for a Transmission Control Assembly, classified under the PSC code 2520 for vehicular power transmission components. The specific requirements and objectives of this procurement are outlined in a redacted Justification and Approval document, which indicates the critical nature of these components for military operations. The Transmission Control Assembly plays a vital role in ensuring the reliability and efficiency of military vehicles, thereby supporting operational readiness. For further inquiries, interested parties can contact Adam Reinbolt at adam.reinbolt@dla.mil for additional details regarding this opportunity.
    NSN 2520-01-623-9839 - Transfer Transmission
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a Firm Fixed Price contract to supply 60 Transfer Transmission Assemblies (NSN: 2520-01-623-9839, Mfr Part Number: 12574332). This procurement requires the successful offeror to complete a First Article Test and Report, with all proposals to be submitted electronically by the specified deadline. The Transfer Transmission Assemblies are critical components for military vehicles, and the contract will be awarded solely to Textron Systems Corp, the approved source for this item. Interested parties should direct inquiries to Justin Stoner at justin.stoner@dla.mil or call 445-737-0498, with the delivery expected 360 days after First Article Test approval.
    Dressed Axle Assembly, Automotive
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for a five-year firm-fixed price contract for the supply of Dressed Axle Assemblies, Automotive, identified by NSN 2520-01-581-2108 and manufacturer part number 12512472. This procurement requires adherence to specific technical data packages (TDP) and includes restrictions on purchased parts, emphasizing the importance of compliance with military standards for packaging and quality assurance. The contract will be awarded based on a total quantity bid, with a minimum of 5 and a maximum of 53 units over the contract period, and requires electronic submission of proposals by January 6, 2026, at 11:59 PM Eastern. Interested contractors should contact Patricia M. Roussin at patricia.roussin@dla.mil or call 385-591-2850 for further details and must ensure registration on SAM.gov and compliance with all solicitation requirements.
    Differential, Driving Axle
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is soliciting proposals for a five-year Firm Fixed Price contract for the supply of Differential, Driving Axle (NSN: 2520-01-358-3160). This procurement is restricted to specific part numbers from approved sources, including AM General LLC and Dana Light Axle Products LLC, with a minimum order quantity of 27 units and a maximum of 810 units over the contract period. The goods are critical for military vehicular power transmission components, emphasizing the importance of compliance with military packaging and inspection standards. Interested contractors must submit their proposals by January 15, 2026, at 11:59 p.m. Eastern time, and can direct inquiries to Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    NSN 2520-01-623-9839 - Transfer Transmission
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the procurement of 60 units of Transfer Transmission Assembly, identified by NSN 2520-01-623-9839 and Manufacturer Part Number 12574332. This Firm Fixed Price contract requires the successful offeror to complete a First Article Test (FAT) and report, with delivery expected 360 days after FAT approval. The goods are critical components for vehicular power transmission, emphasizing the importance of quality and compliance with specific regulations, including higher-level contract quality and precious metals requirements. Interested parties must contact Justin Stoner at justin.stoner@dla.mil or 445-737-0498 for further details, and must also ensure they are certified under the United States/Canada Joint Certification Program (JCP) to access the Technical Data Package (TDP) necessary for proposal submission.
    Solicitation: Electrical Control Box (NSN: 2540-01-609-3483)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting bids for the procurement of Electrical Control Boxes (NSN: 2540-01-609-3483, part number: 57K6555) under a firm-fixed-price contract. This opportunity is set aside exclusively for small businesses, and bidders must obtain access to the Technical Data Package (TDP), which is export-controlled and requires a current DD 2345 certification. The Electrical Control Boxes are critical components used in military vehicles, and the contract includes a 100% option for increased quantities, with bids due by January 12, 2026, at 1:00 p.m. local time. Interested bidders should direct inquiries to Contract Specialists Lyndsey Pena or Stanley Biernacki via email, ensuring compliance with all submission requirements outlined in the Invitation for Bids.
    CLUTCH ASSEMBLY, FRI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking sources for the procurement of Clutch Assembly, FRI, with the National Stock Number (NSN) 2520-010-67-3899, specifically for the Abrams Tank. The requirement includes a quantity of 188 units, with no options for additional quantities, and the delivery will be made to a destination in Anniston, Missouri. This procurement is part of a total small business set-aside initiative, emphasizing the importance of these components in maintaining military vehicle operational readiness. Interested vendors must submit their capability statements and relevant business information by contacting Tania Lawson-Henderson at TANIA.LAWSON-HENDERSON@DLA.MIL or by phone at 586-703-7479, with questions accepted until September 18, 2025.
    Power Distribution Box Assembly
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of seven Power Distribution Box Assemblies (NSN: 6110-01-608-7660, Part No.: 17-3-3470-2) under a Firm Fixed Price contract. This opportunity is set aside for small businesses and requires compliance with specific military packaging and preservation standards, as well as possession of a Joint Certification Program (JCP) certification to access the Technical Data Package (TDP), which is export-controlled. The assemblies are critical for electrical control applications within military operations, and proposals must be submitted electronically by December 18, 2025, with all inquiries directed to the designated contract specialists, George Campbell and Catherine Castonguay, via their provided email addresses.
    PARTS KIT ELECTRICAL 6115-01-563-7966
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a Firm Fixed Price contract for the "PARTS KIT ELECTRICAL" (NSN: 6115-01-563-7966, Part Number: 12423864-001), with a focus on small business participation. This procurement involves an estimated quantity of 393 units, with a 100% buying option, and requires compliance with specific standards including First Article Testing, ISO 9001:2015 certification, and adherence to military packaging and marking requirements. The Technical Data Package (TDP) is export-controlled and requires Joint Certification Program (JCP) certification for access. Proposals must be submitted electronically by December 18, 2025, at 4:00 PM EST, and all inquiries should be directed to Contract Specialist Robin Walker at robin.a.walker6.civ@army.mil.