SPRDL124D0034
Indefinite Delivery Contract
Overview
Government Description
3-YEAR REQUIREMENTS CONTRACT FOR NOUN: TRANSMISSION, HYDRAULIC, NSN: 2520-01-625-7876, PART NUMBER: 57K6233 (CAGE 19207), GOOD FAITH ESTIMATED QUANTITY: 9,000 EACH
Awardee
Awarding Agency
Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$21,273,960
Vehicle Ceiling
$61,854,690 (25% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Michigan 48116 United States.
Sole Source This IDC was awarded sole source to AM General because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
Sole Source This IDC was awarded sole source to AM General because the government believes that only one company can provide the product / service (FAR 6.302-1).
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Defense has an overall 2023 small business subcontracting goal of 30%
AM General was awarded
Indefinite Delivery Contract SPRDL124D0034 (SPRDL1-24-D-0034)
by
ACC Detroit
for 3-Year Requirements Contract For Noun: Transmission, Hydraulic, NSN: 2520-01-625-7876, Part Number: 57K6233 (CAGE 19207), Good Faith Estimated Quantity: 9,000 Each
in May 2024.
The IDC
has a duration of 3 years and
was awarded
through solicitation Transmission, Hydraulic
full & open
with
NAICS 336350 and
PSC 2520
via sole source acquisition procedures with 1 bid received.
To date, $15,436,752 has been obligated through this vehicle.
The total ceiling is $61,854,690, of which 25% has been used.
DOD Announcements
Apr 2024:
AM General LLC, South Bend, Indiana, has been awarded a maximum $61,173,210 firm-fixed price, requirements contract for hydraulic transmissions. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. The performance completion date is Jan. 21, 2028. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0034).
Jul 2025: AM General LLC, South Bend, Indiana, has been awarded a maximum $8,645,046 firm-fixed-price delivery order (SPRDL1-25-F-0162) against a three-year firm-fixed-price requirements contract (SPRDL1-24-D-0034) for A2 and Up Armored High Mobility Multi-Purpose Wheeled Vehicle hydraulic transmission units. This was a sole-source acquisition using justification 10 U.S. Code 3204 (2)(1), as stated in Federal Acquisition Regulation 6.302-1. The ordering period end date is May 1, 2027. Using military service is Army. Type of appropriation is fiscal 2025 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.
Jul 2025: AM General LLC, South Bend, Indiana, has been awarded a maximum $8,645,046 firm-fixed-price delivery order (SPRDL1-25-F-0162) against a three-year firm-fixed-price requirements contract (SPRDL1-24-D-0034) for A2 and Up Armored High Mobility Multi-Purpose Wheeled Vehicle hydraulic transmission units. This was a sole-source acquisition using justification 10 U.S. Code 3204 (2)(1), as stated in Federal Acquisition Regulation 6.302-1. The ordering period end date is May 1, 2027. Using military service is Army. Type of appropriation is fiscal 2025 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.
Status
(Open)
Modified 5/2/24
Period of Performance
5/2/24
Start Date
4/26/27
Ordering Period End Date
Task Order Obligations
$15.4M
Total Obligated
$15.4M
Current Award
$15.4M
Potential Award
Federal Award Analysis
Historical federal task order obligations under SPRDL124D0034
$-
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 SPRDL124D0034
Subcontract Awards
Disclosed subcontracts for SPRDL124D0034
Opportunity Lifecycle
Procurement history for SPRDL124D0034
Transaction History
Modifications to SPRDL124D0034
People
Suggested agency contacts for SPRDL124D0034
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Commercial 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
SPRDL1 DLA LAND WARREN
Funding Office
W56HZV W4GG HQ US ARMY TACOM
Created By
padds.sprdl1@cs.dla.mil
Last Modified By
padds.sprdl1@ko.dla.mil
Approved By
padds.sprdl1@ko.dla.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
IN-02
Senators
Todd Young
Mike Braun
Mike Braun
Representative
Rudy Yakym
Last Modified: 5/2/24