Skip to content
Department of Defense

TRUCK PARTS (17 NSNs)

Solicitation: CL24221044
Notice ID: c94cf1247341402e9de414ee7d52bdfe
TypeSources SoughtNAICS 332994PSC4910DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateOHPostedJan 29, 2026, 12:00 AM UTCDueFeb 04, 2026, 04:59 AM UTCExpired

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Feb 04, 2026. Industry: NAICS 332994 • PSC 4910.

Market snapshot

Awarded-market signal for NAICS 332994 (last 12 months), benchmarked to sector 33.

12-month awarded value
$45,258,985
Sector total $20,454,451,763 • Share 0.2%
Live
Median
$103,609
P10–P90
$26,918$410,387
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+176248%($45,207,685)
Deal sizing
$103,609 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OH
Live POP
Place of performance
Columbus, Ohio • 43218 United States
State: OH
Contracting office
Columbus, OH • 43218-3990 USA

Point of Contact

Name
Joseph Coleman
Email
Joseph.Coleman@dla.mil
Phone
614-693-0141

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA LAND
Office
DLA LAND COLUMBUS • DLA LAND AND MARITIME
Contracting Office Address
Columbus, OH
43218-3990 USA

More in NAICS 332994

Description

This is not a request for either a quote or proposal. This announcement is considered market research in accordance with FAR Part 10. 

  ****************** NO SOLICITATION IS BEING ISSUED AT THIS TIME ****************  

DLA Land and Maritime plans to issue a solicitation for seventeen (17) National Stock Numbers (NSN), that are drawing items. The solicitation will be planned as a five-year, Firm-Fixed-Price, Indefinite Delivery Contract (IDC). The five-year period is inclusive of a three-year base period and two separately priced one-year option periods. First Destination Transportation (FDT) applies to some of the items. The maximum contract value will be $8,682,080.79. Solicitation will be available on DIBBS on or about February 9, 2026.

The purpose of this synopsis is to identify qualified vendors capable of manufacturing items in accordance with the requirements listed below.  Please review the below NSNs and provide us with any additional sources that are able to manufacture these items.  Please provide the company name, city / state, country if applicable, and POCs with telephone /email information.  All information can be submitted to Joseph Coleman at Joseph.Coleman@dla.mil.  Phone 614 693-0141.

    NSN                NAME                
2530008016707        ANCHOR,TORSION BAR
2530008016708        ANCHOR,TORSION BAR
1005009539504        EXTRACTOR, CARTRIDGE
1005011302128        LEVER,BARREL LOCKIN
4320011560453        PUMP,INFLATING,MANU
3040012014818        CONNECTING LINK,RIG
3040012433875        LEVER,REMOTE CONTRO
3010012574237        CLUTCH ASSEMBLY,FRI
4910012672912        TOWBAR,MOTOR VEHICL
2590012785726        BELT ASSEMBLY,EMERG
1015013431912        HANDWHEEL AND SHAFT
1015013445804        QUICK RELEASE ATTAC
5340013486604        CRANK,HAND
2540014391923        HANDLE,DOOR,VEHICUL
1005014972592        APERTURE,SIGHT
1015016041194        PINTLE ASSEMBLY
5340016041386        BRACKET,MOUNTING

See attachment for additional item description, packaging, and marking information on items.
---------------------------------------------------------------
Responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is for market research purposes only. Any information submitted is at the company's own expense. The Government will not reimburse respondents for any costs associated with submission of capability statements in connection with the market survey. Any information provided is voluntary.

Some items have technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR) and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data.

The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA Contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/Logistics-Operations/Enhanced-Validation/

To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data.
 

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.