W912CH-25-R-0075 For SATS BASE IN MOBILE
ID: W912CH25R0075Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4GG HQ US ARMY TACOMDETROIT ARSENAL, MI, 48397-5000, USA

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

MOTOR VEHICLE MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4910)

Set Aside

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

    The Department of Defense, through the U.S. Army TACOM, is soliciting proposals from small businesses for the procurement of 76 units of the Standard Automotive Tool Set-Sturdy Mobile (SATS-SM), identified by NSN 4910-01-531-2053. This contract includes an option for an additional 100% quantity, with 50% to be exercised at the time of award, emphasizing the need for high-quality tools that meet military standards for durability and functionality in automotive maintenance. The selected contractor will be responsible for ensuring compliance with federal regulations regarding health, safety, and environmental considerations, with a delivery timeline of 160 days from the award date. Interested parties should direct inquiries to Rising Oris at rising.oris2.civ@army.mil or Katherine MacFarland at katherine.e.macfarland.civ@army.mil, and must submit proposals in accordance with the guidelines outlined in the solicitation documents.

    Files
    Title
    Posted
    The document outlines the Description for Purchase (DFP) for a Standard Automotive Tool Set-Sturdy Mobile (SATS-SM), designed to support military operations involving tactical and combat equipment, primarily automotive vehicles. It includes a specification of components, including five roll-around tool storage units labeled “G,” “H,” “J,” “K,” and “L.” Key requirements encompass craftsmanship matching commercial standards, durability, and storage features that prevent damage during transport. Safety and reliability are priorities, ensuring tools are correctly marked and organized, with mechanisms for quick inventory checks. Specific tools and accessories, listed in Appendix A, must meet defined industrial quality standards and include proper warranties. The purpose of this solicitation aligns with federal guidelines, emphasizing compliance with various regulations regarding health and safety in tool usage and storage. Additionally, the DFP specifies environmental considerations for disposal and production practices, underlining a commitment to minimizing ecological impacts while ensuring robust utility for military applications over an expected lifespan of at least fifteen years. The document establishes clear expectations for suppliers, focusing on quality, organization, and functionality within a military maintenance context.
    The document is a solicitation for a government contract (W912CH-25-R-0075) specifically designed for small businesses to provide "SATS BASE IN MOBILE," a military product identified by NSN 4910-01-531-2053. The contract is a one-time purchase with an option for additional quantities, totaling 76 units for production and a potential increase of up to 50% at the time of contract award. The solicitation outlines critical details, such as submission requirements on beta.SAM.gov, packaging and shipping guidelines, and inspection procedures at the origin. The procurement follows FAR Part 13 and emphasizes compliance with military standards for quality assurance. Proposals must adhere to specified formats and deadlines, with submissions via email being acceptable under current electronic restrictions. The contract requires delivery within 160 days, with specific clauses referencing quality systems and unique item identification. The document emphasizes the importance of protecting technical data and includes strict regulations for exporting controlled information. Overall, this solicitation represents the government's commitment to efficient procurement processes while ensuring high standards of quality and security for defense-related supplies.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought for Mobile Tool Cabinet; NSN: 5140-01-592-4360
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking information from businesses regarding their capabilities to produce Mobile Tool Cabinets, identified by NSN 5140-01-592-4360 and Part No. 1J0010. The procurement aims to acquire two units of these cabinets, which are essential for military operations and maintenance tasks. A Technical Data Package (TDP) is associated with this opportunity, and First Article Testing will be required for non-original equipment manufacturer (OEM) firms. Interested parties must submit their responses, including any proprietary information, by December 28, 2025, at 05:00 EST via email to Nikhil Patel and Diana Jones. Access to the TDP requires a DD 2345, Military Critical Technical Data Agreement.
    53--SET TOOL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 60 units of a SET TOOL, identified by NSN 5340016278246. This solicitation is part of a Total Small Business Set-Aside initiative, emphasizing the importance of supporting small businesses in the hardware manufacturing sector, specifically under NAICS code 332510. The successful contractor will be responsible for delivering the specified quantity to DLA Distribution San Joaquin within 112 days after order placement. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    W912CH26R0015 AUTOMATIC STAND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the United States Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of 49 Automatic Stand Maintenance units, identified by National Stock Number 4910-01-117-4344 and Part Number 1750A. This opportunity is set aside for small businesses and will result in a Firm Fixed Price contract, with an option for an additional 49 units, emphasizing the importance of military packaging and compliance with specific preservation standards. Proposals are due by January 12, 2026, at 5:00 PM EST, and must be submitted electronically to Contract Specialist Robin Walker at robin.a.walker6.civ@army.mil, with all submissions evaluated based on price only. Interested parties should also be aware of the requirement for compliance with Special Packaging Instructions and the necessity for electronic invoicing via Wide Area WorkFlow (WAWF).
    49--TOOL,SCREW,CONNECTI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a TOOL, SCREW, CONNECTI, identified by NSN 4910011802648. The solicitation includes a requirement for three units to be delivered within 69 days after order placement, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. This procurement is crucial for maintaining operational readiness and support for various military applications, with items to be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    49--MAINTENANCE KIT,VEH
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Maintenance Kit for vehicles, specifically NSN 4910015764586. The requirement includes a quantity of 15 kits to be delivered to DLA Distribution Red River within 154 days after the order is placed, with the approved source being 75Q65 3849071. These maintenance kits are crucial for the upkeep and operational readiness of military armored vehicles and components. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Vehicular Track Tension Device
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of six Vehicular Track Tension Devices, identified by NSN 2530-01-601-6921 and part number 9243393, manufactured by John Deere Shared Services, LLC. This opportunity is a total small business set-aside, requiring bidders to submit offers for the complete quantity, with the intention of awarding a firm-fixed-price contract. The devices are critical components for vehicular systems, and delivery is expected within 120 days post-award to DLA Distribution Red River in Texarkana, Texas. Interested parties must submit their proposals electronically by December 19, 2025, at 5:00 PM EST, and can direct inquiries to Junae Tabb at Junae.Tabb@dla.mil or by phone at 385-591-2861.
    25--TOWBAR,MOTOR VEHICLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 36 units of motor vehicle towbars (NSN 2540016586496). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which is critical for vehicular equipment components used in military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received in a timely manner. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and the delivery is expected to be completed within 213 days after order placement.
    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.
    Special Tools and Test Equipment (STTE) Containerization Sole Source Solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W4GG HQ US Army TACOM, is seeking to award a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for Special Tools and Test Equipment (STTE) Containerization to BOH Solutions. This procurement aims to enhance the storage and accessibility of tools necessary for the maintenance of Stryker vehicles by providing two variations of containers equipped with internal storage aids such as modular cabinets, drawers, tie down rings, and palletized vertical racking. The initiative is critical for improving operational efficiency and reducing costs associated with the maintenance of Stryker Maintenance Units. Interested parties can reach out to Connor Skrobot at connor.j.skrobot.civ@army.mil or call 586-282-4757 for further details.
    TOOL-CONT REMOVA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of a TOOL-CONT REMOVA. This procurement aims to fulfill specific material and physical requirements as outlined in the associated drawings and specifications, ensuring compliance with military standards for quality and inspection. The TOOL-CONT REMOVA is critical for operational readiness and maintenance within naval operations. Interested contractors should note that the delivery timeline is set for 90 days, and they can reach out to Amanda Hayward at 717-605-5834 or via email at AMANDA.R.HAYWARD.CIV@US.NAVY.MIL for further details regarding the solicitation.