AC PACKAGE DRIVE
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Maritime - Puget Sound is soliciting proposals for an AC Package Drive (P/N: 20F1AND302JN0NNNNN; POWERFLEX AIR COOLED 753 AC DRIVE). This acquisition is a Total Small Business Set-Aside and seeks a direct replacement unit for the #34 Drydock Process Water System in Bremerton, WA. Proposals are due by April 22, 2026, at 1:00 PM local time.
Scope of Work
The primary deliverable is one (1) AC Package Drive. Key requirements include:
- The drive must be a direct replacement, manufactured to OEM specifications, using OEM material selection, and fit into existing machine components.
- It must function with existing OEM parts and withstand environmental conditions without degrading system functionality.
- Supply chain traceability documentation is required, confirming the item is from an approved manufacturer and conforms to technical requirements. This documentation must be retained for five years after final payment.
- Unique Item Identification (UII) is required for the delivered item, as its unit acquisition cost is $5,000 or more.
Contract Details
- Contract Type: Firm Fixed Price
- Estimated Value: Over $15,000.00
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: FOB Destination Bremerton, WA
- Product Service Code: 4120 (Air Conditioning Equipment)
- NAICS Code: 333415 (Size Standard: 1250 employees)
Submission & Evaluation
Proposals are due by April 22, 2026, at 1:00 PM local time. Electronic submission of quotes is available through SAM.gov. A signed and completed solicitation must also be submitted via email to karl.lindley@dla.mil to be deemed responsive. Offerors must provide:
- Contractor's information and CAGE code (Page 1 BLK 17a).
- Contractor's Point of Contact (Section A. A1 – 1).
- Quote and any other relevant information (Section B).
- Manufacturer’s Name, Address, and Country of Manufacturing (Section B. K21).
- Lead Time and/or Delivery Date (Section F).
- Check applicable boxes for clauses 52.204-24 (d)(1) and (2), and 52.209-11 (b)(1) and (2) (Section K).
- Read box 28 and sign boxes 30 a, b, and c (Page 1).
Evaluation will be based on technical acceptability, past performance (using the Supplier Performance Risk System - SPRS), and price. Technical acceptability requires meeting or exceeding specifications and delivery requirements.
Additional Notes
- If the contractor is required to implement NIST SP 800-171, a current assessment (not more than 3 years old) is required per DFARS 252.204-7019. Items deemed Commercial Off The Shelf (COTS) are exempt if identified to the contracting officer.
- Access to Navy installations requires a Defense Biometric Identification System (DBIDS) credential.
- Payment will be made via Wide Area Work Flow (WAWF).
- Correspondence must be submitted in English.
- The solicitation references an attached "SOLE SOURCE DOCUMENT" which outlines the need for OEM-compatible parts for system integrity.
- Contact: Karl Lindley, karl.lindley@dla.mil.