ARMATURE-SHAFT ASSY (SOLE SOURCE)
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 issuing a Sole Source Solicitation for a DC ARMATURE AND SHAFT ASSEMBLY (HANSOME Part: HAN 3947G1). This procurement is for a direct replacement part for existing equipment, limiting competition to a single source. While identified as a Total Small Business Set-Aside, the acquisition is non-competitive due to its sole source nature. Offers are due May 13, 2026, at 3:00 PM.
Scope of Work
This opportunity seeks a DC ARMATURE AND SHAFT ASSEMBLY, specifically HANSOME Part #: HAN 3947G1, in accordance with Motor Drawing D-505-155. Key requirements include:
- Compliance with DFARS 252.211-7003 for Item Identification and Valuation.
- Packaging and marking according to ASTM-D-3951 standards.
- Mandatory use of the Vendor Shipment Module (VSM) for shipping documentation.
- Unique item identifiers for delivered items with a Government unit acquisition cost of $5,000 or more.
Contract & Timeline
- Type: Firm Fixed Price Solicitation (Sole Source)
- Delivery Date: July 30, 2027
- Solicitation Issue Date: May 11, 2026
- Offer Due Date: May 13, 2026, at 3:00 PM (Pacific Time, assuming Silverdale, WA)
- Place of Performance: Silverdale, WA
Submission & Evaluation
- Submission Method: Quotes must be submitted via email to TRICIA.WINTERSTEEN@DLA.MIL. Offers are also typically submitted electronically via Wide Area Work Flow (WAWF) for DLA contracts.
- Required for Responsive Bid: Completed and signed solicitation, manufacturer, country of origin, lead time for delivery (FOB destination).
- Evaluation: Award will be made to the technically acceptable quote/offer most advantageous to the Government, considering price and lead times.
- NIST SP 800-171: Contractors must have a current assessment (not more than 3 years old) as detailed in DFARS 252.204-7019, unless items are Commercial Off The Shelf (COTS) and identified as such to the contracting officer.
Eligibility / Set-Aside
This is a Sole Source acquisition, justified under FAR 13.106-1(b) as a direct replacement part. While categorized as a Total Small Business Set-Aside (NAICS 335312, size standard 1250 employees), competition is precluded. Bidders must be the manufacturer (Hansome Energy Systems) or an authorized distributor.
Additional Notes
- Contractors require a Defense Biometric Identification System (DBIDS) credential for base access.
- Payment will be made via WAWF.
- Numerous FAR and DFARS clauses are incorporated by reference.
- Contact: TRICIA WINTERSTEEN (TRICIA.WINTERSTEEN@DLA.MIL, 3605090205).