Anchor Guy, [WSDC: 0MM] End Item: Airfield Damage Rep PR: 7008472038; NSN: 4030-016794847 IAW P/N: TTPAS0001
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) Aviation has issued a Justification for Other Than Full and Open Competition for the acquisition of Anchor Guy (NSN: 4030-016794847, P/N: TTPAS0001) for Airfield Damage Repair. This requirement is for 5,869 units to be delivered to Richmond, VA. While the opportunity is listed as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, the justification document details a limited competition strategy.
Purpose & Scope
This acquisition seeks to procure 5,869 each of the ANCHOR, GUY (NSN: 4030-016794847, P/N: TTPAS0001). These items are designated for Airfield Damage Repair (PR: 7008472038). The requirement is for a specific part number, indicating a need for precise specifications.
Contract Details
The acquisition will be structured as a Firm Fixed Price Contract. It may include options for increased quantity or to extend the contract term. The estimated value of this acquisition, including any options, is projected to be over $900,000 but not exceeding $20,000,000.
Justification for Limited Competition
This procurement is justified under 10 U.S.C. 3204(a)(1), citing availability from only one or a limited number of sources. A sources sought notice posted on October 1, 2024, received only one response, reinforcing the limited market. The justification highlights that technical data is either unavailable or not developable for full and open competition, and the existing data reflects the Government's minimum needs. The part is classified as a commercial/no-developmental/off-the-shelf item (AMSC Z).
Eligibility / Set-Aside
The overall opportunity is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14). However, the Justification for Other Than Full and Open Competition document explicitly states that "No specific set-aside is mentioned" within the context of this limited competition acquisition.
Response & Evaluation
A synopsis for this acquisition is anticipated to be posted on or about December 15, 2025. Firms requesting a solicitation copy will be provided one. Negotiations will involve the use of information, cost, or pricing data, and prior prices paid, with a thorough price analysis conducted to ensure fairness and reasonableness. Market research included a Sources Sought submission on SAM.gov.
Potential Sources
BTM COMPANY LLC (CAGE: 5DJP2) and FAB-TEC INDUSTRIES, INC. (CAGE: 9ZRL9) are listed as potential sources or interested parties.
Contact Information
For inquiries, the primary contact is Melinda Clayton at Melinda.Clayton@dla.mil or 4457373440. The secondary contact is Lionel Allamby Jr at lionel.allamby@dla.mil or 8042795132.