SELECTOR CONTROL SUBASSEMBLY
ID: SPRDL1-25-R-0031Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA LAND WARRENWARREN, MI, 48397, USA

NAICS

Current-Carrying Wiring Device Manufacturing (335931)

PSC

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the Selector Control Subassembly, which is integral to the ventilation and filtration systems of the Howitzer family of vehicles. This procurement involves a Firm Fixed Price supply contract for a total of 225 units over five years, with a guaranteed minimum of 3 units in the first year, and requires compliance with specific technical data packages controlled by HDT Expeditionary Systems. Interested contractors must submit their proposals by December 15, 2025, and are encouraged to contact David Edwards at david.edwards@dla.mil for further details regarding the solicitation and submission process.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the special packaging instructions (SPI) for NSN 5895-01-660-8550, a Control Selector, dated July 8, 2024. It details military preservation, packing, and marking requirements in accordance with MIL-STD-2073-1 and the specific SPI number AK16608550. Key requirements include Level B packing, a quantity of one per unit package, and MIL-STD-129 compliant marking, including bar coding and MSL labels. Palletization is required for shipments exceeding 50 cubic feet or 125 pounds, utilizing 40 x 48 inch, 4-way entry pallets. All non-manufactured wood packaging materials must be heat-treated to 56 degrees Celsius for 30 minutes and marked in accordance with International Plant Protection Convention standards. Hazardous materials packaging must comply with IATA, IMDG, and CFR Title 29, 40, and 49 regulations, with a Product Safety Data Sheet (SDS) included. A prototype package is required for validation, and minor dimensional changes need 60-day notification. The SPI specifies MIL-STD-2073-1, Method 42 for military preservation, including wrapping, cushioning with foam pads (A-A-59136), and specific container types for Level A and B packing. Inspection of preservation and packing is mandated by MIL-STD-2073-1 and MIL-STD-1186.
    Amendment 0001 to Solicitation SPRDL1-25-R-0031, issued by DLA LAND WARREN, extends the due date for offers from October 17, 2025, to November 24, 2025, at 5:00 PM. This is a Firm Fixed Price supply contract. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning two copies, acknowledging it on each offer copy, or by separate letter or telegram, prior to the new due date, to avoid rejection of their offer. The amendment was signed by DAVID EDWARDS, the Contracting Officer, on October 18, 2025.
    Amendment 0002 to solicitation SPRDL1-25-R-0031 extends the deadline for offer submissions from November 24, 2025, to December 15, 2025, at 5:00 PM. This modification, issued by DLA Weapons Support (Warren), pertains to a Firm Fixed Price supply contract. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are not rejected. The amendment was signed on October 24, 2025, by David Edwards, the contracting officer.
    This government solicitation, SPRDL1-25-R-0031, is an RFP for a Firm Fixed Price supply contract for "SELECTOR CONTROL SUBASSEMBLY" (NSN: 5895-01-660-8550, Mfr Part Number: 500K4360 from HDT Expeditionary Systems, CAGE: 92878). The contract spans five ordering years, with an estimated annual quantity of 45 units and a guaranteed minimum of 3 units for the first year, totaling a maximum of 225 units over five years. Offers must be for the total quantity, as only one award will be made. The solicitation emphasizes electronic submission via email to the Contract Specialist, David Edwards (david.edwards@dla.mil), and adherence to strict submission deadlines. Technical Data Packages (TDPs) are source-controlled and require specific access procedures via SAM.gov, potentially involving a DD 2345 (Militarily Critical Technical Data Agreement) or a Use and Non-Disclosure Agreement. Inspection and acceptance occur at the origin, requiring DCMA contact before shipment. Contractors must retain supply chain traceability documentation for ten years. Packaging must comply with MIL-STD-2073-1 and MIL-STD-129, including bar coding, MSL labels, and passive RFID tagging. Hazardous materials packaging must follow relevant regulations. The contract also includes clauses for Item Unique Identification (IUID) for items with a unit acquisition cost of $5,000 or more, and strict prohibitions against the use of Class 1 Ozone Depleting Substances (CIODS).
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Carrier Drive Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    Controller
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of 30 controllers, identified by NSN 5945-01-681-9839 and Manufacturer Part Number 12571091, under solicitation number SPRDL1-26-Q-0012. This opportunity is set aside for small businesses and includes an option for an additional 30 units, with all proposals required to be submitted electronically to the Contract Specialist, Kimberly Houghton. The controllers are critical components in electronic assembly manufacturing, and the contract will be awarded on a Firm Fixed Price basis, with delivery expected within 210 days post-award. Interested parties should contact Kimberly Houghton at kimberly.houghton@dla.mil or by phone at 586-230-8521 for further details and to access the Technical Data Package, which is source-controlled and requires a DD 2345 agreement for access.
    AIRCRAFT, HERCULES, C-130; CONTROL ASSEMBLY, DOOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Control Assembly for the Hercules C-130 aircraft, specifically identified by NSN 1560-01-136-0153. The contract will be for an Indefinite Quantity with an estimated annual requirement of 10 units over a five-year period, with no options for extension. This procurement is classified as unrestricted and is critical for maintaining operational capabilities, although it is not categorized as a Critical Safety Item. Interested vendors must submit their proposals by fax and are encouraged to review the solicitation, which will be available on the DLA Internet Bid Board System around November 13, 2026. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    59--FILTER ASSEMBLY,ELE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 30 units of the Filter Assembly, Electrical (NSN 5915013536609). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 10 orders per year and a guaranteed minimum quantity of 4. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of reliable supply chains for military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    MANIFOLD ASSEMBLY, HYDRAULIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for the procurement of 23 units of the Hydraulic Manifold Assembly (NSN: 2590-99-613-7532, Part Number: PE24220) from Pearson Engineering Ltd, with an option for an additional 23 units. This firm-fixed-price contract is a total small business set-aside, emphasizing the importance of maintaining supply chain traceability and adhering to military packaging specifications. Interested vendors must submit their electronic bids by December 5, 2025, and are advised that the acquisition is restricted to the specified manufacturer's part number, with no Technical Data Package provided. For further inquiries, potential bidders can contact Alexandra Stone at Alexandra.Stone@dla.mil or by phone at 586-230-7255.
    BELLOWS ASSEMBLY, FI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Bellows Assembly for C-5 Aircraft, identified by NSN: 1680-01-192-2609. The contract will be an Indefinite Quantity Contract with a term of 60 months, requiring delivery within 400 days after receipt of order, and is classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is critical as it supports the operational readiness of military aircraft, and the estimated annual quantity for the base period is 80 units. Interested vendors must submit a written proposal and complete a copy of the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    CONTROL ASSEMBLY,AC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of CONTROL ASSEMBLY,AC, a critical component in the manufacturing of small arms and ordnance accessories. This solicitation emphasizes the need for compliance with specific inspection and acceptance criteria, as well as adherence to quality assurance standards, ensuring that all supplied items meet rigorous military specifications. The procurement is vital for maintaining operational readiness and supporting national defense initiatives, with the solicitation closing on February 20, 2025. Interested vendors should direct inquiries to Amy Smith at 385-591-3484 or via email at AMY.SMITH@DLA.MIL for further details.
    SPRRA1-26-R-0002/NSN: 1615-01-141-7532/ NOUN: COUPLING ASSY,SERVO
    Buyer not available
    The Defense Logistics Agency (DLA) is issuing a Request for Proposal (RFP) for the acquisition of 371 Coupling Assembly, Servo units (NSN 1615-01-141-7532, Part Number 70400-06100-042) as part of Solicitation Number SPRRA1-26-R-0002. This procurement includes critical requirements such as Contractor First Article Test, Production Lot Test, and compliance with The Army Maintenance Management System-Aviation (TAMMS-A), as the item is classified as a Critical Safety Item. Proposals must be submitted in writing by December 5, 2025, to the primary contacts, Stacy Hood and Christopher Butler, who can be reached at Stacy.Hood@dla.mil and CHRISTOPHER.BUTLER@DLA.MIL, respectively.
    1 NSN 1G MAINTENANCE KIT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for a maintenance kit identified by National Stock Number (NSN) 5935-01-344-1073, aimed at providing stock replenishment coverage for military depots. This procurement involves a firm-fixed price, Indefinite Delivery Contract (IDC) with a five-year base period, and is set aside exclusively for small businesses under the SBA guidelines. The maintenance kit is critical for ensuring the operational readiness of military equipment, with an annual demand quantity of 39 units. Interested vendors can expect the solicitation to be available around November 20, 2025, and should direct inquiries to Taura Mitchell at taura.mitchell@dla.mil or by phone at 614-692-9361.
    10--SAFETY SWITCH ASSEM
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 14 units of the Safety Switch Assembly (NSN 1015012367371). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a total order value of up to $350,000, and is set aside for small businesses under the SBA guidelines. The Safety Switch Assembly is critical for military armored vehicles and related components, ensuring operational safety and functionality. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.