SOLICITATION NOTICE
25 -- Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Successor Project
- Notice Date
- 1/15/2026 8:08:53 AM
- Notice Type
- Presolicitation
- NAICS
- 336390
— Other Motor Vehicle Parts Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7LX25R0021
- Response Due
- 2/27/2026 10:00:00 AM
- Archive Date
- 03/14/2026
- Point of Contact
- Bret Griffin, Phone: 6146921148, Robert Harris, Phone: 614-692-5912
- E-Mail Address
-
bret.griffin@dla.mil, Robert.Harris@dla.mil
(bret.griffin@dla.mil, Robert.Harris@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- UPDATE - January 15, 2026 Please Note � Any information posted in this announcement including any Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Program Data, NSN Data, Approved Source Data, NSN Listings, Anticipated Solicitation Quantity Ranges and/or Quantity Estimates is the best information known at this time. The information in this announcement is subject to change and may be updated prior to solicitation. This information is an estimate and the best known at this time. The information in this announcement is not a purchase guarantee of any kind. The Government is not responsible for any action taken based on the information provided in this announcement. The JLTVCI Successor Project will be a 5 year Multiple Award Contract(s) (MAC) supporting a broad range of Joint Light Tactical Vehicles (JLTV). The proposed contract will have an ordering period of a two-year base period, and three (3) one-year option periods, totaling five (5) potential contract years. Individual orders will be used to supply the items within scope of this contract. NSNs that fit the scope of the contract may be acquired through any contract awarded as a result of this solicitation. This action�s scope is listed below. A current JLTVCI Potential Program NSN Listing is attached to this announcement. This solicitation will contain a Price Evaluation List (PEL). Pricing will be required for a minimum number of NSNs from the PEL in order to be considered for basic contract award. A listing of the PEL NSNs is attached to this announcement. A listing of the JLTVCI Anticipated PEL Solicitation Quantity Ranges is also attached to this announcement (once again, please note the information is this attachment is an estimate, is the best information known at this time and is subject to change). Additionally, the current Item Descriptions for the PEL NSNs are attached to this announcement. Drawing information for the PEL NSNs acquired in accordance with drawings/specifications may be viewed by authorized users at the cFolders website https://pcf1x.bsm.dla.mil/cfolders. The drawing information is found under Solicitation Number SPE7LX25R0021 in the folder titled SPE7LX25R0021_001. There are currently 459 PEL NSNs that may be priced with the offeror�s initial offer submittal. Pricing for the PEL items is required with your company�s response to this solicitation. The offered PEL pricing shall be provided for the 5 years of this action. A proposal MUST include pricing for a minimum number of the PEL NSNs, to be considered for award. If an offer does not supply an offer for the minimum number of PEL items, it will have its proposal rejected. Large Businesses must propose 50% (currently 229 NSNs) of the PEL NSNs in order to be considered for award. Small Businesses are required to submit an offer for 30% (currently 137 NSNs) of the PEL NSNs in order to be considered for award. To be eligible to receive an award, prior to the solicitation closing date, an offeror must: 1. Propose the minimum number of PEL NSNs outlined in the solicitation. 2. Be registered in System for Award Management (SAM) (sam.gov). 3. Possess Export Control/ Joint Certification Program (JCP) certification. 4. Possess DLA Enhanced Validation. 5. Have a quality system that is compliant with the higher-level quality standard ANSI/ISO/ASQ(E) Q9001 American National Standard, Quality management systems. 6. Possess a valid NIST SP 800-171 assessment and score posted in Supplier Performance Risk System (SPRS). Scope: The scope of this Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) contract includes any fully competitive and/or limited source(s) DoD or DLA managed product, used by the DoD or the Federal Government to produce, repair or replace any item, or system, used on these Joint Light Tactical Vehicles. The Weapon System Designator Codes (WSDCs) within the scope of this contract include, but are not limited to: Army J8A, and the following Marine WSDCs: O0M United States Marine Corps (USMC) General Purpose Truck, O1M USMC Heavy Guns Carrier, O2M USMC Close Combat Weapons Carrier, and O3M USMC Truck Utility. The Federal Supply Classes (FSC) covering these items include, but are not limited to: 2010 Ship and Boat Propulsion Components 2510 Vehicular Cab, Body, and Frame Structural Components 2520 Vehicular Power Transmission Components 2530 Vehicular Brake, Steering, Axle, Wheel, and Track Components 2540 Vehicular Furniture and Accessories 2541 Weapons Systems Specific Vehicular Accessories 2590 Miscellaneous Vehicular Components 2805 Gasoline Reciprocating Engines 2815 Diesel Engines and Components 2910 Engine Fuel System Components, Nonaircraft 2920 Engine Electrical System Components, Nonaircraft 2930 Engine Cooling System Components, Nonaircraft 2940 Engine Air and Oil Filters, Strainers, and Cleaners, Nonaircraft 2990 Miscellaneous Engine Accessories, Nonaircraft 3020 Gears, Pulleys, Sprockets, and Transmission Chain 3030 Belting, Drive Belts, Fan Belts, and Accessories 3040 Miscellaneous Power Transmission Equipment 3110 Bearings, Antifriction, Unmounted 3120 Bearings, Plain, Unmounted 3950 Winches, Hoists, Cranes, and Derricks 3990 Miscellaneous Materials Handling Equipment 4010 Chain and Wire Rope 4130 Refrigeration and Air Conditioning Components 4210 Firefighting Equipment 4320 Power and Hand Pumps 4330 Centrifugals, Separators, and Pressure and Vacuum Filters 4710 Pipe, Tube and Rigid Tubing 4720 Hose and Flexible Tubing 4730 Hose, Pipe, Tube, Lubrication, and Railing Fittings 4810 Valves, Powered 4820 Valves, Nonpowered 4910 Motor Vehicle Maintenance and Repair Shop Specialized Equipment 5315 Nails, Machine Keys, and Pins 5325 Fastening Devices 5330 Packing and Gasket Materials 5340 Hardware, Commercial 5342 Hardware, Weapon System 5355 Knobs and Pointers 5365 Bushings, Rings, Shims, and Spacers 5430 Storage Tanks 5895 Miscellaneous Communication Equipment 5905 Resistor 5925 Circuit Breakers 5930 Switches 5935 Connectors, Electrical 5963 Electronic Modules 5970 Electrical Insulators and Insulating Materials 5985 Antennas, Waveguides, and Related Equipment 5995 Cable, Cord, and Wire Assemblies: Communication Equipment 5998 Electrical and Electronic Assemblies, Boards, Cards, and Associated Hardware 5999 Miscellaneous Electrical and Electronic Components 6150 Miscellaneous Electric Power and Distribution Equipment 6220 Electric Vehicular Lights and Fixtures 6350 Miscellaneous Alarm, Signal, and Security Detection Systems 6620 Engine Instruments 6625 Electrical and Electronic Properties Measuring and Testing Instruments 6650 Optical Instruments, Test Equipment, Components and Accessories 6680 Liquid and Gas Flow, Liquid Level, and Mechanical Motion Measuring Instruments 6685 Pressure, Temperature, and Humidity Measuring and Controlling Instruments 6695 Combination and Miscellaneous Instruments 7690 Miscellaneous Printed Matter 8145 Specialized Shipping and Storage Containers The Project currently contains 7429 NSNs that may be ordered during the period of performance. Items are continuously being cleared technically, and having NSN numbers assigned to them, so the list of 7429 potential NSNs is not the entire list of items that may be acquired through this action but are NSNs that are known at this time. All items within the scope of the solicitation may be ordered during the period of performance. All responsible sources may submit an offer/quote which shall be considered. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. The solicitation will be available on DLA�s Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/) on its issue date on or about March 15, 2026. The Small Business size standard is _1000__ employees. Drawings/specifications for some NSNs will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. Specifications, plans or drawings are not available are not available for all NSNs. The total duration of this action shall not exceed 5 years. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance, and other evaluation factors as described in the solicitation. ******End of January 15, 2026 Update******** Please Note � NSNs may be added to any subsequent contract per the scope of this action. This action�s scope is listed below. A current Program NSN listing is attached to this announcement. This annoucement is linked to the Project's Sources Sought. The Sources Sought contains additional Program information and a Market Survey Questionnaire. Please feel free to review the Sources Sought and provide a response to the Market Survery Questionnaire. Please provide any Market Survey responses or questions to Bret Griffin (bret.griffin@dla.mil) or Robert Harris (Robert.Harris@dla.mil). The JLTVCI Successor Project will be a 5 year Multiple Award Contract(s) (MAC) supporting a broad range of Joint Light Tactical Vehicles (JLTV). The proposed contract will have an ordering period of a two-year base period, and three (3) one-year option periods, totaling five (5) potential contract years. Individual orders will be used to supply the items within scope of this contract. Scope The scope of this Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) contract includes any fully competitive and/or limited source(s) DoD or DLA managed product, used by the DoD or the Federal Government to produce, repair or replace any item, or system, used on these Joint Light Tactical Vehicles. The Weapon System Designator Codes (WSDCs) within the scope of this contract include, but are not limited to: Army J8A, and the following Marine WSDCs: O0M United States Marine Corps (USMC) General Purpose Truck, O1M USMC Heavy Guns Carrier, O2M USMC Close Combat Weapons Carrier, and O3M USMC Truck Utility. The Federal Supply Classes (FSC) covering these items include, but are not limited to: 2010 Ship and Boat Propulsion Components 2510 Vehicular Cab, Body, and Frame Structural Components 2520 Vehicular Power Transmission Components 2530 Vehicular Brake, Steering, Axle, Wheel, and Track Components 2540 Vehicular Furniture and Accessories 2541 Weapons Systems Specific Vehicular Accessories 2590 Miscellaneous Vehicular Components 2805 Gasoline Reciprocating Engines 2815 Diesel Engines and Components 2910 Engine Fuel System Components, Nonaircraft 2920 Engine Electrical System Components, Nonaircraft 2930 Engine Cooling System Components, Nonaircraft 2940 Engine Air and Oil Filters, Strainers, and Cleaners, Nonaircraft 2990 Miscellaneous Engine Accessories, Nonaircraft 3020 Gears, Pulleys, Sprockets, and Transmission Chain 3030 Belting, Drive Belts, Fan Belts, and Accessories 3040 Miscellaneous Power Transmission Equipment 3110 Bearings, Antifriction, Unmounted 3120 Bearings, Plain, Unmounted 3950 Winches, Hoists, Cranes, and Derricks 3990 Miscellaneous Materials Handling Equipment 4010 Chain and Wire Rope 4130 Refrigeration and Air Conditioning Components 4210 Firefighting Equipment 4320 Power and Hand Pumps 4330 Centrifugals, Separators, and Pressure and Vacuum Filters 4710 Pipe, Tube and Rigid Tubing 4720 Hose and Flexible Tubing 4730 Hose, Pipe, Tube, Lubrication, and Railing Fittings 4810 Valves, Powered 4820 Valves, Nonpowered 4910 Motor Vehicle Maintenance and Repair Shop Specialized Equipment 5315 Nails, Machine Keys, and Pins 5325 Fastening Devices 5330 Packing and Gasket Materials 5340 Hardware, Commercial 5342 Hardware, Weapon System 5355 Knobs and Pointers 5365 Bushings, Rings, Shims, and Spacers 5430 Storage Tanks 5895 Miscellaneous Communication Equipment 5905 Resistor 5925 Circuit Breakers 5930 Switches 5935 Connectors, Electrical 5963 Electronic Modules 5970 Electrical Insulators and Insulating Materials 5985 Antennas, Waveguides, and Related Equipment 5995 Cable, Cord, and Wire Assemblies: Communication Equipment 5998 Electrical and Electronic Assemblies, Boards, Cards, and Associated Hardware 5999 Miscellaneous Electrical and Electronic Components 6150 Miscellaneous Electric Power and Distribution Equipment 6220 Electric Vehicular Lights and Fixtures 6350 Miscellaneous Alarm, Signal, and Security Detection Systems 6620 Engine Instruments 6625 Electrical and Electronic Properties Measuring and Testing Instruments 6650 Optical Instruments, Test Equipment, Components and Accessories 6680 Liquid and Gas Flow, Liquid Level, and Mechanical Motion Measuring Instruments 6685 Pressure, Temperature, and Humidity Measuring and Controlling Instruments 6695 Combination and Miscellaneous Instruments 7690 Miscellaneous Printed Matter 8145 Specialized Shipping and Storage Containers The Project currently contains 7210 NSNs that may be ordered during the period of performance. Items are continuously being cleared technically, and having NSN numbers assigned to them, so the list of 7210 potential NSNs is not the entire list that may be added to this procurement but are NSNs that are known at this time. All items within the scope of the solicitation will be considered on the contract and may be ordered during the period of performance. NSNs within the scope may be added to this initiative or any resulting contract at a later date. This solicitation may be the only planned opportunity that a contractor will have to submit a proposal for NSNs that fall within the scope of this solicitation. All responsible sources may submit an offer/quote which shall be considered. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. The solicitation will be available on DLA�s Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/) on its issue date on or about September 2, 2025. The Small Business size standard is _1000__ employees. Drawings/specifications for some NSNs will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. Specifications, plans or drawings are not available are not avaialable for all NSNs. The total duration of this action shall not exceed 5 years. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance, and other evaluation factors as described in the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1ae72f218e2e4fdca241cd51ac26bfe3/view)
- Record
- SN07688424-F 20260117/260115230033 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |