Skip to content
Department of Defense

NSN: 6350-01-612-6614 - Vehicle Motion Sensor Encoder

Solicitation: SPRDL125R0122
Notice ID: fae247fc5a7d494a96717876a56800d4
TypeSolicitationNAICS 334511PSC6350Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateALPostedFeb 11, 2026, 12:00 AM UTCDueFeb 28, 2026, 05:00 PM UTCCloses in 5 days

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.

12-month awarded value
$1,902,979,570
Sector total $20,371,516,771 • Share 9.3%
Live
Median
$70,342
P10–P90
$23,440$1,725,477
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
9.3%
share
Momentum (last 3 vs prior 3 buckets)
+6156%($1,843,097,190)
Deal sizing
$70,342 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 AL
Live POP
Place of performance
Anniston, Alabama • United States
State: AL
Contracting office
Warren, MI • 48397 USA

Point of Contact

Name
Justin Stoner
Email
justin.stoner@dla.mil
Phone
4457370498

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA LAND
Office
DLA LAND WARREN MICHIGAN • DLA LAND WARREN
Contracting Office Address
Warren, MI
48397 USA

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.

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.