M88A2 Magnetic Clutch Repair Sources Sought
ID: W912CHType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

General Automotive Repair (811111)

PSC

VEHICULAR POWER TRANSMISSION COMPONENTS (2520)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking sources for the repair of the M88A2 Magnetic Clutch, specifically the Power Take-off (PTO) Clutch Assembly, under a proposed five-year Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement involves the teardown, inspection, and repair of an estimated minimum of 15 and a maximum of 267 units of the National Stock Number (NSN) 2520-01-480-7818, which is critical for the operational readiness of the M88A2 vehicle. The contract will utilize Army Working Capital Funds (AWCF) and is intended to support the Tank Automotive Armaments Command (TACOM) Integrated Logistics Support Center (ILSC). Interested parties should contact Andrew Zielinsky at andrew.j.zielinsky.civ@army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procedures for submitting a First Article Waiver Request, part of federal government procurement processes. It emphasizes the necessity of submitting the waiver on company letterhead and signed by an authorized agent. The request is structured to specify acquisition details, types of waiver (partial or full), and justification for the waiver based on previous successful tests or continuous production of the item. Key sections include a request for information regarding past test approvals, manufacturing conditions, and any quality issues. Additionally, the document requires supporting documentation to substantiate the request and concludes with a certification statement for the submitter to verify the truthfulness of provided information. This process is vital for contractors seeking to bypass or minimize repeated testing while ensuring compliance with government quality standards, emphasizing efficiency in the acquisition process.
    The document outlines a solicitation for a government contract concerning the procurement of hydraulic accumulators for U.S. Army artillery systems. The solicitation is a firm-fixed-price contract set aside for small businesses, comprising a primary order for 116 units and an optional quantity of the same. It requires the submission of proposals by a specified date and details the evaluation process for awarded contracts. Key components include the requirement for First Article Testing (FAT), clear documentation of pricing and delivery timelines, and compliance with stringent quality assurance standards, including ISO 9001:2015. The document establishes FOB (Free on Board) delivery terms to a specific address and mandates adherence to military packaging and labeling standards. It also highlights the necessity for contractors to facilitate inspections at the origin of the production. Suppliers must demonstrate familiarity with relevant technical and compliance regulations to ensure the successful execution of the contract. Additionally, it stresses the importance of prompt communication regarding proposal submissions and any amendments. Overall, this solicitation exemplifies the structured and detailed nature of government procurement processes in securing vital military supplies while promoting small businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SHOCK TOWBAR CLUTCH
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking procurement for a SHOCK TOWBAR CLUTCH, classified under the PSC code 2920, which pertains to engine electrical system components for non-aircraft applications. This opportunity is part of a justification notice, indicating a specific need for these components that are critical for military operations and equipment maintenance. Interested vendors can reach out to Deonna Coleman at Deonna.Coleman@dla.mil or call 614-692-3006 for further details regarding the procurement process. Additional information can be found in the associated documentation, which may provide further insights into the requirements and expectations for this contract.
    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.
    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.
    NSN 2520-01-623-9839 - Transfer Transmission
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking a contractor for the procurement of 60 units of Transfer Transmission Assembly, identified by NSN 2520-01-623-9839. This requirement is classified under the NAICS code 336350, focusing on Motor Vehicle Transmission and Power Train Parts Manufacturing, and is critical for maintaining vehicular power transmission components. The contract will be awarded on a Sole-Source basis to Textron Systems, with a Firm Fixed Price (FFP) structure, and delivery is expected within 360 days after the approval of the First Article Test (FAT). Interested parties must contact Justin Stoner at justin.stoner@dla.mil or call 445-737-0498 for further details, and note that access to technical data requires certification under the United States/Canada Joint Certification Program (JCP).
    30--CLUTCH ASSEMBLY,FRI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Clutch Assembly, NSN 3010010987400. The requirement includes two lines: 58 units to be delivered to DLA Distribution Red River within 401 days after order and 1 unit to be delivered within 180 days after order. These components are critical for mechanical power transmission equipment, underscoring their importance in military operations. Interested small businesses are encouraged to submit their quotes electronically, with inquiries directed to the buyer via email at DibbsBSM@dla.mil, as this opportunity is set aside for total small business participation.
    Transmission, Mechan
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of seven mechanical transmissions (NSN: 2520-01-646-0790, Mfr Part Number: 57K8676-2), with an option for an additional seven units under a firm-fixed-price contract. This solicitation emphasizes the requirement for a mandatory First Article Test Report and mandates that proposals be submitted electronically, necessitating registration on SAM.gov for access to technical data packages, which may be export-controlled. The mechanical transmissions are critical components for vehicular power transmission systems, underscoring their importance in military operations. Interested parties should direct inquiries to Stacy M. Johnson at stacy.m.johnson@dla.mil or call 586-747-4511 for further details regarding the submission process and requirements.
    UH-60 GEARBOX, ASSEMBLY UPGRADE AND OVERHAUL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is seeking potential sources for the inspection, overhaul, and upgrade of the UH-60 Gearbox, Assembly. This procurement aims to ensure the availability of services, facilities, labor, and materials necessary to return the gearbox to a condition code A, as defined by Army regulations, highlighting its critical safety status. Interested contractors must submit a capabilities statement by December 29, 2025, to the primary contact, Jason Howell, at jason.l.howell4.civ@army.mil, with the possibility of a single award contract structured as a Firm Fixed Price, Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The applicable NAICS code for this opportunity is 336413, and the government encourages responses from small businesses, with a minimum quantity of 30 and a maximum of 180 units anticipated.
    25--DRUM, BRAKE CLUTCH
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 27 units of the Drum, Brake Clutch (NSN 2520012143863). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum of four units. The items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    NSN 6110-01-685-1937 Brake, Elevation Drive
    Dept Of Defense
    The Defense Logistics Agency (DLA) is preparing to solicit bids for the procurement of the Brake, Elevation Drive, identified by NSN 6110-01-685-1937, which is a critical component for the M109A Howitzer system. The agency seeks responsible sources capable of manufacturing and delivering this item in compliance with Department of Defense specifications, demonstrating current production capacity, and providing documentation that meets applicable military standards. This procurement is vital for maintaining the operational readiness of military armored vehicles, particularly in enhancing the functionality of the Howitzer system. Interested vendors should submit their company information, capability statements, and relevant certifications to Justin Stoner at justin.stoner@dla.mil by the specified deadline, as the Technical Data Package will be made available to qualified vendors upon solicitation release.
    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.