S-MET Parts Contract Extension
ID: W56HZV22D0046-P00007Type: Presolicitation
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

HARDWARE, WEAPON SYSTEM (5342)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), intends to award a two-year extension to the existing Firm-Fixed Price (FFP) Requirements contract W56HZV-22-D-0046 for the sustainment and maintenance of the Small Multipurpose Equipment Transport, Increment I (S-MET Inc I), currently held by General Dynamics Land Systems (GDLS). This procurement is being conducted on a sole source basis, as GDLS is the Original Equipment Manufacturer (OEM) and possesses the necessary facilities, personnel, and technical data to meet the government's requirements without incurring substantial duplication of costs. The contract will cover S-MET spare parts, Repair Maintenance Action (RMA), Field Service Representative (FSR) Support, and Contractor Logistics Support (CLS), with the solicitation expected to be issued electronically in approximately 15 days. Interested parties may submit capability statements or proposals for consideration, and should contact Katherine Klein at katherine.d.klein2.civ@army.mil or Maj. Safiul Alam at safiul.m.alam.mil@army.mil for further information.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Stryker Sustainment Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Stryker Sustainment Services under a Special Notice procurement. This opportunity involves specialized automotive repair services, focusing on the maintenance, repair, and rebuilding of vehicular equipment components, as indicated by the NAICS code 811114 and PSC code J025. The Stryker vehicles are critical to military operations, necessitating reliable and efficient sustainment services to ensure operational readiness. Interested parties can direct inquiries to Eric Driscoll at eric.j.driscoll3.civ@army.mil, with additional details and solicitation questions available in the attachments section.
    Abrams Integrated Logistics Services (AILS) Solicitation
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is issuing a solicitation for the Abrams Integrated Logistics Services (AILS) contract, aimed at providing comprehensive support for the Abrams Family of Vehicles and related systems. This five-year contract will encompass Field Service Representatives, vehicle maintenance, modification work orders, total package fielding, new equipment training, and program management, including support for Foreign Military Sales (FMS) countries. The services are critical for ensuring the operational readiness and sustainment of advanced military vehicles. Proposals are due by 12:00 PM ET on January 9, 2026, and interested parties should direct inquiries to Jaclyn Beach at jaclyn.j.beach.civ@army.mil, ensuring to submit questions by December 12, 2025.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    Synopsis, SMART DISPLAY UNIT, NSN: 7025-01-670-4971
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is seeking proposals for a three-year Firm Fixed Price service repair contract for Smart Display Units (NSN: 7025-01-670-4971, Part Number: 12581798). The contract will involve a minimum production quantity of 14 units and a maximum of 55 units, highlighting the importance of these devices in military operations. The solicitation, W912CH-24-R-0050, is anticipated to be released within two to four weeks and will include a technical data package (TDP) that is Distribution D; access to this TDP requires certification under the United States/Canada Joint Certification Program (JCP). Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Christina Smith at christina.d.smith49.civ@army.mil.
    Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software Renewals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a Firm Fixed Price contract for the renewal of 423 Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software licenses from General Dynamics Mission Systems, Inc. These licenses are crucial for maintaining cybersecurity compliance for fielded Armored Multi-Purpose Vehicles (AMPV) platforms and will provide three years of necessary support. The procurement is vital for ensuring the operational integrity and security of military systems. Interested parties can reach out to Troy Haarala at troy.r.haarala.civ@army.mil or call 571-588-9334 for further details regarding this opportunity.
    LSJ GSA Subject Matter Expert Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractor engineering services through a sole source procurement to support the Project Executive Office Ground Combat Systems (PEO GCS) Foreign Military Sales (FMS) group. The selected contractor, Ricardo Defense, Inc., will be responsible for establishing the framework of the Fair Share Sustainment Model (FSSM) for coalition partners, which includes documentation development, policy recommendations, and cost-sharing provisions as part of the Fair Share Sustainment Program Plan (FSSPP). This initiative is crucial for enhancing collaboration and support among international military partners. The contract was awarded on February 16, 2023, for a total amount of $409,845.38. For further inquiries, interested parties can contact Kevin O'Connor at kevin.w.oconnor4.civ@army.mil or Keri L. Skrobot at keri.l.skrobot.civ@army.mil.
    M88A2 Magnetic Clutch Repair Sources Sought
    Dept Of Defense
    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.
    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.
    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.
    Synopsis- AMSO M&S Support Services
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command Detroit-Arsenal (ACC-DTA), intends to award a sole source contract to Trideum Corporation for Modeling and Simulation (M&S) support services at the U.S. Army Center for Army Analysis. This contract will provide continuous M&S services in support of the Strategy and Resources and Simulation Proponent and School Branches of the Army Modeling and Simulation Office (AMSO), utilizing the Department of Defense's Employee Stock Ownership Plan (ESOP) Pilot Program. The solicitation for this opportunity will be posted on SAM.gov approximately 15 days from the date of this notice, and while the award is intended to be sole source, other interested parties may submit a capabilities statement for consideration. For further inquiries, interested parties can contact Kelsey Greenwell at kelsey.d.greenwell.civ@army.mil or by phone at 571-588-8898.