Solicitation for Track Pad Repair Kit NSN: 2530-01-598-1727
ID: W56HZV23R0029Type: Solicitation
Overview

Buyer

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

NAICS

Current-Carrying Wiring Device Manufacturing (335931)

PSC

VEHICULAR BRAKE, STEERING, AXLE, WHEEL, AND TRACK COMPONENTS (2530)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command – Detroit (ACC-DTA), is soliciting proposals for a firm-fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Track Pad Repair Kit, National Stock Number (NSN) 2530-01-598-1727. This contract aims to procure a significant quantity of repair kits, with estimated annual requirements ranging from over 46,500 to 98,000 units, essential for maintaining military equipment functionality. Proposals must adhere to strict compliance with military packaging and inspection standards, and interested contractors are required to register in the System for Award Management (SAM) to participate. For further inquiries, contact Justine Broughton at justine.r.broughton.civ@army.mil or call 571-588-9034, with proposals due by the specified deadline outlined in the solicitation W56HZV-23-R-0029.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army's Request for Information aims to gather market insights for potential future contracts related to the Track Pad Repair Kit, NSN: 2530-01-598-1727, P/N: 57k6725. The government seeks information on available capabilities and qualifications from potential vendors for manufacturing these repair kits. Businesses are invited to share their expertise and relevant contract experience, along with company details, by June 5th, 2023. This market research is exploratory, carrying no obligation for contractual agreements, and aims to assist the Army in developing its acquisition strategy.
    The document serves as a Certification Form for proposed subcontractors that are not registered in the System for Award Management (SAM) and outlines the process for verifying small business size and socioeconomic status. Prime offerors must insert the solicitation number, associated NAICS code, and size standard before distributing the form to subcontractors. Subcontractors, in turn, must confirm that their business qualifies under specified categories such as Small Business (SB), Small Disadvantaged Business (SDB), and others. The form requires official certification regarding their business size according to SBA standards and includes a reminder that certain designations, like 8(a) and HUBZone, require specific SBA certification. The contractor must provide their name, title, and signature, ensuring compliance with federal procurement regulations. The structured approach ensures transparency and adherence to the regulations governing federal grants and RFPs, emphasizing the importance of proper registration and certification of subcontractors to ensure fair access for small and disadvantaged businesses in government contracting processes.
    The Small Business Participation Factor Workbook is a document provided as part of federal government solicitations aimed at encouraging small business involvement in contracts. It requires offerors to detail participation from both small businesses (SB) and other than small businesses (OTSB) when submitting proposals. The workbook includes fields for offeror names, locations, CAGE codes, and financials, along with various subcategories of small businesses such as Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), and others. Offerors are also tasked with identifying joint venture (JV) members and first-tier subcontractors involved in the contract work. Instructions for completing the workbook are available in a separate attachment. The structure emphasizes financial transparency and promotes inclusivity by setting forth clear requirements for documenting small business participation in government contracts, reflecting the government's commitment to supporting small enterprises and fostering economic growth within this sector.
    The Small Business Participation Factor Workbook Instructions provide essential guidance for federal contractors regarding small business engagement in contract proposals. The document comprises four tabs: Cover Sheet, PS Tab, Roll-Up Tab, and Reports Tab, detailing how to fill out each section accurately. It defines key terms like Prime Contractor, Subcontractor, and various socioeconomic classifications, emphasizing the importance of including only relevant contract amounts as defined in the solicitation. It instructs offerors on reporting subcontracts, differentiating between excluded subcontracts and those permissible under federal regulations. Additionally, it outlines how to calculate Small Business (SB) participation based on the funds allocated for contract performance. The Roll-up tab confirms compliance with small business goals and supports contract evaluation, while the Reports tab mandates reporting on previous contract performances. This workbook is designed to ensure accurate representation of small business involvement in federal contracts, aligning with governmental RFP and grant compliance requirements, thus promoting transparency and accountability in federal procurement processes.
    This document outlines the Special Packaging Instructions for a Repair Kit T-161, registered under the National Stock Number 57K6725, following MIL-STD-2073-1E guidelines. The instructions detail the procedures for preserving and packing the kit, which consists of two pads and two nuts. The packing requirements include securely placing nuts on bolts, minimizing package size, and employing a fiberboard box or an acceptable shrink film bag to ensure no damage to the components. Shipping instructions specify that items with a cubic displacement of 50 cubic feet or more must be palletized, adhering to weight and dimension limits for safe handling. Quality assurance provisions require inspection to meet military standards, emphasizing the need for cost-effective and protective shipping containers. Overall, the document serves to ensure compliance with military packaging standards to maintain the integrity of critical repair kits during transport and storage.
    The document outlines a solicitation for a U.S. government contract, specifically an Indefinite Delivery Indefinite Quantity (IDIQ) contract for supplies related to military equipment. This contract spans five years and establishes a firm-fixed price structure for various quantities of Track Pad Repair Kits, with estimated quantities ranging from over 98,000 to about 46,500 units per year. The solicitation includes technical data package details, requiring participants to obtain specific certifications to access sensitive information due to export laws. It emphasizes strict compliance with Operations Security (OPSEC) measures, necessitating mandatory training for contractor personnel and adherence to configuration management practices for any engineering changes. The solicitation also addresses packaging, marking, and inspection criteria, mandating military standards to ensure proper handling and shipment. Proposals must be submitted by a specified deadline, using designated electronic formats. The document underlines the government's intention to award only one contract based on responsiveness to the outlined requirements and submissions. Overall, it is a structured approach aimed at ensuring a reliable supply chain for key military components, aligned with legal and regulatory frameworks.
    Similar Opportunities
    25--PARTS KIT,TREAD,MET
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit, Tread, Metal (NSN 2510015128690). The solicitation includes a requirement for 2,556 units, with a guaranteed minimum quantity of 383, and anticipates an Indefinite Delivery Contract (IDC) with a one-year term or until the total order value reaches $250,000. These parts are crucial for vehicular equipment components and will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and for inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    25--TRACK SHOE,VEHICULA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of track shoes for vehicles, specifically under the National Stock Number (NSN) 2530003511975. The solicitation includes a requirement for 168 units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum of 25 units. These track shoes are critical components for military armored vehicles, ensuring operational readiness and effectiveness. 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.
    25--PARTS KIT,TRACK IDL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit, Track IDL, under solicitation number NSN 2530012964907. The contract will involve the delivery of 648 units, with a guaranteed minimum quantity of 97, and is expected to result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000. These parts are crucial for maintaining vehicular equipment components, ensuring operational readiness for military applications. Interested vendors, particularly those certified under the Women-Owned Small Business (WOSB) program, must submit their quotes electronically, with further inquiries directed to DibbsBSM@dla.mil. The estimated number of orders per year is 12, and the delivery is required within 73 days after order placement.
    49--MAINTENANCE KIT,VEH
    Active
    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 4910016835478. The contract will involve an estimated quantity of 238 units, with a guaranteed minimum of 35 units, and is expected to result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000. This procurement is crucial for maintaining operational readiness and support for military vehicles, with deliveries required to various domestic and overseas DLA depots. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    26--RUN-FLAT KIT,INSERT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 22 units of the RUN-FLAT KIT, INSERT, under solicitation number NSN 2640015996284. This procurement is intended to establish an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of three. The RUN-FLAT KIT is crucial for maintaining operational readiness in military vehicles, ensuring they can continue to function even after tire damage. 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.
    49--MAINTENANCE KIT,VEH
    Active
    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 4910015082751. The requirement includes a quantity of 9 units to be delivered to DLA Distribution within 168 days after order placement. These maintenance kits are crucial for ensuring the operational readiness and maintenance of military vehicles. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    25--PAD,CUSHIONING
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of cushioning pads, specifically NSN 2590015662415, with an initial order quantity of 1,504 units. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total order value reaches $250,000, with an estimated three orders per year and a guaranteed minimum quantity of 225 units. These cushioning pads are critical components for vehicular equipment, and successful bidders will be required to ship items to various DLA depots both within the continental United States and overseas. Interested parties must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    53--PARTS KIT,SEAL REPLACE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit for seal replacement, identified by NSN 5330014530770. The contract will involve the delivery of 2,401 units, with a guaranteed minimum quantity of 360, and is expected to result in an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $250,000. This procurement is crucial for maintaining operational readiness and ensuring the availability of essential hardware components, with deliveries to various CONUS and OCONUS DLA depots. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    25--EQUIPMENT KIT,VEHIC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of an Equipment Kit for vehicles, specifically NSN 2540016264474. The requirement includes a total quantity of 9 units to be delivered to DLA Distribution Red River within 119 days after order placement, with the approved source being identified as 98255 SW37192. This procurement is crucial for maintaining the operational readiness of military vehicles, ensuring they are equipped with necessary components. Interested vendors are encouraged to 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.
    25--MODIFICATION KIT,VE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Modification Kit (NSN 2510016247669) with a total quantity of 28 units. This solicitation is part of a potential Indefinite Delivery Contract (IDC) that may result in multiple orders over a one-year period, with a guaranteed minimum of four orders and an estimated total contract value of $250,000. The items will be shipped to various DLA depots both within the continental United States and overseas, emphasizing the importance of these components in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.