FORK MOUNT ASSEMBLY; NSN: 2350015747824
ID: W912CH-24-Q-0104Type: Solicitation
Overview

Buyer

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

NAICS

Military Armored Vehicle, Tank, and Tank Component Manufacturing (336992)

PSC

COMBAT, ASSAULT, AND TACTICAL VEHICLES, TRACKED (2350)

Set Aside

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

    The Department of Defense, through the U.S. Army Contracting Command – Detroit Arsenal, is soliciting offers for the procurement of Fork Mount Assemblies, specifically identified by National Stock Number (NSN) 2350-01-574-7824, as part of a total small business set-aside initiative. The contract will be a Firm Fixed Price arrangement, with an estimated quantity of 22 units and a one-year buying option, aimed at supporting the M1 Abrams Family of Vehicles. Interested contractors must comply with military standards for packaging and marking, and are required to obtain access to the Technical Data Package (TDP), which is export-controlled and necessitates Joint Certification Program (JCP) certification. Proposals must be submitted by May 22, 2025, to the Contract Specialist, Heather Mierendorf, at heather.r.mierendorf.civ@army.mil, following the acknowledgment of the solicitation amendment issued on May 6, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Quotation (RFQ) document outlines the solicitation for a Firm Fixed Price contract to procure Fork Mount Assemblies for the U.S. Army, specifically related to the M1 Abrams Family of Vehicles. The solicitation is not designated as a small business set-aside and requires delivery to be made within 365 days after contract award. Suppliers must register with the System for Award Management (SAM) and must adhere to regulations surrounding controlled unclassified information. The document specifies mandatory compliance with military packaging and marking standards, as well as inspection and acceptance protocols at origin. Additionally, the contractors are required to maintain training certifications in Operations Security and Threat Awareness as per U.S. Army regulations. The RFQ also describes a Technical Data Package associated with the procurement and emphasizes the importance of respecting export controls and technical data dissemination limitations. Overall, this solicitation emphasizes strict adherence to military standards and regulations throughout the procurement process.
    This document is an amendment to solicitation W912CH-24-Q-0104, which pertains to a federal contract related to the supply of materials for the Tank, M1 Abrams Family of Vehicles. The key purpose of this amendment is to extend the deadline for submission of offers from May 8, 2025, at 4:00 PM EST to May 22, 2025, at the same time. Other terms and conditions of the solicitation remain unchanged and in full force. The amendment requires contractors to acknowledge receipt prior to the specified deadline, highlighting the importance of timely responses to avoid rejection of offers. The document outlines administrative details necessary for contract processing, including the contact information of the contracting officer and the origin of modifications. This amendment serves to ensure bidders have ample time to prepare their submissions, reflecting standard practices in federal procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    25--AXLE ASSEMBLY,VEHIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of axle assemblies for vehicles, specifically under the National Stock Number (NSN) 2530012903702. The solicitation includes a requirement for six units to be delivered within 73 days after order, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. These axle assemblies are critical components for vehicular equipment, ensuring operational readiness for military vehicles. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, 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).
    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.
    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.
    Carrier, Gear Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of a Carrier, Gear Assembly, identified by NSN 3010-01-570-7426. This opportunity is specifically restricted to approved manufacturers, namely Meritor and Oshkosh Defense, with a total quantity of 14 units required (7 for production and 7 as an option), to be delivered FOB Destination within 240 calendar days post-award. The solicitation has transitioned from a small business set-aside to full and open competition, with proposals due by January 12, 2026, at 11:59 PM Eastern Time, and all submissions must be sent electronically to the Contract Specialist, Jon Machacek, at jon.machacek@dla.mil. Interested parties should ensure compliance with all specified regulations and requirements outlined in the solicitation documents.
    CLUTCH ASSEMBLY, FRI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking sources for the procurement of Clutch Assembly, FRI, with the National Stock Number (NSN) 2520-010-67-3899, specifically for the Abrams Tank. The requirement includes a quantity of 188 units, with no options for additional quantities, and the delivery will be made to a destination in Anniston, Missouri. This procurement is part of a total small business set-aside initiative, emphasizing the importance of these components in maintaining military vehicle operational readiness. Interested vendors must submit their capability statements and relevant business information by contacting Tania Lawson-Henderson at TANIA.LAWSON-HENDERSON@DLA.MIL or by phone at 586-703-7479, with questions accepted until September 18, 2025.
    25--M1A2 SUPPLEMENTAL K
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 25--M1A2 Supplemental K components, specifically NSN 2590014551628. The procurement includes two lines: 24 units to be delivered within 258 days and 1 unit to be delivered within 60 days, both to DLA Distribution. These components are critical for vehicular equipment and support military operations, emphasizing the importance of timely and reliable supply chains. Interested small businesses are encouraged to submit their quotes electronically, with inquiries directed to the buyer via email at DibbsBSM@dla.mil.
    PLUNGER ASSEMBLY - NSN : 1015013406103
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command Detroit Arsenal, is soliciting bids for a Firm Fixed Price contract to supply Plunger Assemblies, identified by NSN 1015-01-34-06103, with an estimated quantity of 42 units. This procurement is a total small business set-aside, emphasizing the need for contractors to be registered in the System for Award Management (SAM) under NAICS code 332994, and to possess a current DD 2345 certification to access the export-controlled Technical Data Package (TDP). The Plunger Assembly is critical for military applications, and the initial production delivery is required within 150 days without a First Article Test or 240 days with one, while adhering to strict quality assurance standards, including ISO 9001:2015. Interested parties should contact Brian Hurd at brian.t.hurd.civ@army.mil for further details and must comply with all outlined requirements, including the submission of a First Article - Waiver Worksheet if applicable.
    Pump, Hydraulic; NSN: 4320014322680
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Detroit Arsenal, is soliciting offers for a firm-fixed-price contract for hydraulic pumps, specifically identified by National Stock Number (NSN) 4320-01-432-2680, under a Total Small Business Set-Aside. The procurement requires the delivery of eight hydraulic pumps, adhering to military packaging standards, with inspections and acceptance occurring at the origin. This solicitation emphasizes the importance of compliance with export control regulations, necessitating Joint Certification Program (JCP) certification for access to the Technical Data Package (TDP), which is subject to strict handling protocols for Controlled Unclassified Information (CUI). Interested parties must submit their offers via email to Contract Specialist Heather Mierendorf at heather.r.mierendorf.civ@army.mil, and should regularly check for any amendments to the solicitation, with a review date for the TDP set for July 2, 2025.
    Solicitation, Adapter Housing, NSN: 3040-01-531-4475
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of "Adapter, Housing" (NSN: 3040-01-531-4475) intended for the Howitzer, 155MM, M777E1 weapon system. This opportunity is a Total Small Business Set-Aside, requiring a base quantity of 938 units with an option for an additional 938 units, and mandates a First Article Test (FAT) along with a FAT Report as part of the submission process. Interested contractors must be registered in SAM, possess a current DD 2345 for access to the export-controlled Technical Data Package (TDP), and adhere to specific quality standards, including ISO 9001:2015. The solicitation closes on December 17, 2025, at 5:00 PM local time, with questions due by December 3, 2025, at 12:00 PM EST; for further inquiries, contact Rachel Gervais at rachel.r.gervais.civ@army.mil or by phone at 520-692-8435.