ContractSolicitation

Carrier, Gear Assembly

DEPT OF DEFENSE SPRDL1-26-Q-0002
Response Deadline
Jan 13, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for the procurement of a Carrier, Gear Assembly, identified by NSN 3010-01-570-7426. The solicitation is specifically restricted to approved manufacturers, namely Meritor and Oshkosh Defense, with a total quantity requirement of 7 units for production and an additional 7 units as an option, all under a firm-fixed-price contract type. This procurement is critical for maintaining operational readiness and support for military vehicles, emphasizing the importance of quality and compliance with stringent military standards. Interested vendors must submit their proposals electronically by November 5, 2025, and can direct inquiries to Jon Machacek at jon.machacek@dla.mil or by phone at 385-591-2854.

Classification Codes

NAICS Code
336350
Motor Vehicle Transmission and Power Train Parts Manufacturing
PSC Code
3010
TORQUE CONVERTERS AND SPEED CHANGERS

Solicitation Documents

3 Files
Amendment 0001 to Solicitation No. SPRDL1-26-Q0002.pdf
PDF37 KBJan 21, 2026
AI Summary
This document is an amendment to solicitation SPRDL1-26-Q-0002, issued by DLA Weapons Support (Warren). The primary purpose of this amendment is to dissolve the previous small business set-aside and reissue the solicitation under full and open competition procedures, incorporating numerous changes detailed in updated solicitation pages. Additionally, the due date for offers has been extended to January 12, 2026, at 11:59 p.m. Eastern time. The amendment also details specific changes to contract clauses, including the deletion of FAR 252.225-7001 (Buy American and Balance of Payments Program) and the addition of FAR 52.219-4 (Notice of Price Evaluation Preference for HUBZone Small Business Concerns) and FAR 252.225-7036 (Buy American—Free Trade Agreements—Balance of Payments Program—Basic). All other terms and conditions of the original solicitation remain unchanged. The document also provides a list of federal acquisition regulations (FAR) clauses applicable to commercial products and services, some of which are specifically checked as incorporated into the contract, along with detailed definitions for terms related to domestic and foreign end products, critical components, and qualifying countries, as per the Buy American and Free Trade Agreements clauses.
Amendment 0003 to Solicitation No. SPRDL1-26-Q-0002 (CANX).pdf
PDF12 KBJan 21, 2026
AI Summary
This document is Amendment/Modification 0003 to Solicitation SPRDL1-26-Q-0002, issued by DLA WEAPONS SUPPORT (WARREN) on January 21, 2026. The key action is the cancellation of the solicitation. The document confirms that all other terms and conditions of the original solicitation remain unchanged. The contract type is Firm Fixed Price for Supply Contracts and Priced Orders. The amendment was issued by JON MACHACEK, the buyer. This formal cancellation ensures that no further offers are accepted for this specific solicitation, effectively closing the procurement opportunity.
Solicitation No. SPRDL1-26-Q-0002.pdf
PDF163 KBJan 21, 2026
AI Summary
This government solicitation (SPRDL1-26-Q-0002) is a Request for Proposal (RFP) for 'CARRIER, GEAR ASSEMBLY' (NSN: 3010-01-570-7426), issued by DLA LAND WARREN. It is a total small business set-aside with a firm-fixed-price contract type, requiring offers for the total quantity of items (7 for production and 7 for an unexercised option). The solicitation specifies approved manufacturers (Meritor and Oshkosh Defense) and requires inspection and acceptance at the origin. Delivery is FOB Destination, 240 calendar days after award for both the initial and option quantities. All proposals must be submitted electronically via email to the Contract Specialist by the due date of November 5, 2025, at 11:59 PM EST. The document details electronic contracting provisions, including SAM.gov registration for tracking and accessing controlled documents, and warns offerors to allow adequate time for submission. Unique Item Identification (UII) marking is required for delivered items with a unit acquisition cost of $5,000 or more, or as otherwise specified. Comprehensive packaging, marking, and supply chain traceability documentation are also mandated, including compliance with MIL-STD-2073-1 and MIL-STD-129. The use of Class I Ozone Depleting Substances (CIODS) is prohibited, and any Class II ODS use requires government approval.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 6, 2025
amendedAmendment #1· Description UpdatedDec 3, 2025
amendedLatest Amendment· Description UpdatedJan 21, 2026
deadlineResponse DeadlineJan 13, 2026
expiryArchive DateJan 27, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA LAND WARREN

Point of Contact

Name
Jon Machacek

Official Sources