SPE7MX25D5010
Indefinite Delivery Contract
Overview
Government Description
Procurement of NSN 2510-01-554-1785 consists of supplying a parts kit for shock absorbers. Includes providing items that meet associated drawings and specifications, which may involve hazardous material requirements and specialty metals components as detailed in the Product Item Description (PID). Contractor First Article Testing (CFAT) applies, and technical data related to this item is subject to export-control regulations including itar and ear, with access limited to approved US/Canada Joint Certification Program (JCP) contractors. Items will be shipped to various stocking locations within and outside of the continental United States.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Competed Under Simplified Acquisition Procedures
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$2,737,711 (17% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: South Bend, Indiana 46628 United States.
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Subcontracting Plan This IDC has an Individual Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
AM General was awarded
Indefinite Delivery Contract SPE7MX25D5010 (SPE7MX-25-D-5010)
by
DLA Land and Maritime
for LTC NSN 2510-01-554-1785 Parts Kit, Shock Absorber
in September 2025.
The IDC
has a duration of 5 years and
was awarded
through solicitation LTC NSN 2510-015541785
full & open
with
NAICS 336999 and
PSC 2510
via simplified acquisition acquisition procedures with 3 bids received.
To date, $471,353 has been obligated through this vehicle.
The total ceiling is $2,737,711, of which 17% has been used.
DLA Order Detail and Docs
Primary NSN
None
Indefinite Delivery Contract
Status
(Open)
Modified 10/20/25
Period of Performance
9/4/25
Start Date
9/4/30
Ordering Period End Date
Task Order Obligations
$471.4K
Total Obligated
$471.4K
Current Award
$471.4K
Potential Award
Federal Award Analysis
Historical federal task order obligations under SPE7MX25D5010
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
| Year | Contracts | Subcontracts | Grants | Subgrants |
|---|
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Contract Awards
Prime task orders awarded under SPE7MX25D5010
Subcontract Awards
Disclosed subcontracts for SPE7MX25D5010
Opportunity Lifecycle
Procurement history for SPE7MX25D5010
Transaction History
Modifications to SPE7MX25D5010
People
Suggested agency contacts for SPE7MX25D5010
Competition
Number of Bidders
3
Solicitation Procedures
Simplified Acquisition
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
Yes
Other Categorizations
Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
FR3PVZ8T9CS5
Awardee CAGE
34623
Agency Detail
Awarding Office
SPE7MX DLA LAND AND MARITIME
Funding Office
SPE7MX DLA LAND AND MARITIME
Created By
eprocurement.sysadmin.dla
Last Modified By
ty.phipps@dla.mil
Approved By
eprocurement.sysadmin.dla
Legislative
Legislative Mandates
None Applicable
Awardee District
IN-02
Senators
Todd Young
Mike Braun
Mike Braun
Representative
Rudy Yakym
Last Modified: 10/20/25