NSN: 6350-01-612-6614 - Vehicle Motion Sensor Encoder
Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Feb 28, 2026. Industry: NAICS 334511 • PSC 6350.
Market snapshot
Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 334511
Description
This Notice is a Request For Proposal (RFP). Interested vendors should see attached Solicitation and the information below.
Item: Encoder, Vehicle Motion Sensor (VMS)
NSN: 6350-01-612-6614
MfPn: 74371621 / 13029361
Qty Min: 118 Each (est)
Qty Max: 625 Each (est)
Type: 5-year Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ)
****************************************************************************************************
Inspection: Origin
Acceptance: Origin
FOB: Destination
Packaging: Military – B
Distribution: D
****************************************************************************************************
NO TDP
Technical Data is not available for the proposed procurement. The solicitation should be released to the web on or about 24 November 2025. See the solicitation for actual closing date. Once available, the solicitation can be downloaded from SAM.Gov.
SOLE SOURCE/LIMITED SOURCE
The subject solicitation is Sole Source/Limited Source. The TDP will only be available to the Sole Source/Limited Source Manufacturers. Any questions, please contact the Contract Specialist.
Sole-Source to Honeywell International, Inc, (0BFA5)
Set-aside: None / Not Applicable
SPECIALTY CLAUSES/PROVISIONS
Export Controlled: DFARS 252.225-7048
Prescious Metals: DFARS 252.208-7000
Inspection of Supply: FAR 52.246-2
Certificate of Conformance: FAR 52.246-11 / 52.246-26
FIRST ARTICLE TEST (FAT)
A FAT will be required unless a waiver is submitted and approved by the Contracting Officer.
Testing shall be conducted by the contractor. A First Article Test Report will be required.
FAR 52.209-3
POINT OF CONTACT
Contract Specialist: Justin Stoner
Justin.Stoner@DLA.mil
DIBBS / DLA Details
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Defense Logistics Agency is soliciting proposals for the Vehicle Motion Sensor Encoder, NSN: 6350-01-612-6614, with an estimated quantity ranging from 118 to 625 units. This is a Sole Source procurement, exclusively available to Honeywell International, Inc. The solicitation will be posted around November 24, 2025, and proposals are due by February 28, 2026.
The buyer is seeking proposals from qualified vendors to supply Vehicle Motion Sensor Encoders under a 5-year Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract. Due to the sole-source nature, the procurement is limited to specified manufacturers.
- Review and understand the solicitation requirements regarding the Encoder, Vehicle Motion Sensor.
- Prepare necessary documentation for bid submission including First Article Test Report.
- Ensure compliance with specialty clauses/provisions such as export control and precious metals regulations.
- Calculate pricing strategy based on the Firm Fixed Price model.
- Prepare for potential First Article Test requirements.
- Completed solicitation proposal including technical and cost proposals.
- First Article Test Report, if applicable.
- Compliance with all specialty clauses and provisions.
- Completed certifications for export-controlled items.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific evaluation criteria for proposals are not detailed.
- Information about the contracting officer's expected performance metrics is lacking.
- No information on if the solicitation is open to alternatives to Honeywell.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.