CL25041001
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) Land and Maritime has published a Justification for Other Than Full and Open Competition (J&A) for Solicitation SPE7LX25R0050. This J&A supports the intent to award a sole-source, firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract to RENK AMERICA (CAGE: 02978) for critical diesel engine components. The solicitation is anticipated to be posted around July 7, 2025.
Scope of Work
This acquisition covers items managed by DLA Land and Maritime, DLA Aviation, and DLA Troop Support that are Original Equipment Manufacturer (OEM) parts for weapon systems produced by RENK AMERICA. Specifically, it includes components for the M88A2 Heavy Equipment Recovery Combat Utility Lifting Extraction System (HERCULES) and its AVDS-1790 diesel engine. Key items are PISTON, INTERNAL COM (NSN 5178); RING SET, PISTON (NSN 5180); FILLER NECK, VEHICUL (NSN 8545); and CROSS, TUBE (NSN 8944).
Contract Details
- Contract Type: Firm-fixed-price, Indefinite-Delivery, Indefinite-Quantity (IDIQ)
- Period of Performance: Five years (3-year base period + 2 one-year option periods)
- Estimated Value: Over $15,000,000 and up to $100,000,000
- Authority: 10 U.S.C. 3204(a)(1) – Only one responsible source
Submission & Evaluation
The solicitation (SPE7LX25R0050) will be posted on the DLA Internet Bid System (DIBBS) for 30 days, expected around July 7, 2025. A copy will be emailed to the approved source and dealers upon posting. The acquisition will be conducted under FAR Part 12 (Acquisition of Commercial Items). Price reasonableness will be determined per FAR Subpart 15.4, potentially using price analysis against historical prices.
Eligibility / Set-Aside
This is a Sole Source acquisition, justified because RENK AMERICA is the only responsible source for these OEM items. Market research, including a Sources Sought notice on SAM.gov (March 13-28, 2025), yielded no responses indicating potential for competition. Past procurements do not support 8(A), HUBzone, SDVOSB, or WOSB set-asides. The justification is based on AMSC C (engineering source approval required) and AMSC D (data not economically available for competitive acquisition).
Contact Information
For inquiries, contact Deonna Coleman at Deonna.Coleman@dla.mil or 614-692-3006.