Redacted Justification and Approval (J&A)
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
This notice publishes a Redacted Justification and Approval (J&A) for the sole-source procurement of Remote Power Control (RPC) units (NSN 6130-01-575-0929) by DLA LAND WARREN. The J&A justifies using other than full and open competition, identifying Data Device Corporation (DDC) as the sole responsible source. The J&A specifies a base quantity of 335 RPC units with an option for an additional 335 units, totaling 670 units. A related solicitation (SPRDL1-25-R-0039) for these units has a submission deadline of June 27, 2025, at 04:00 PM local time.
Purpose & Justification
The J&A, issued by DLA LAND WARREN, justifies the procurement of RPC units on a sole-source basis under the authority of 10 U.S.C. 3204(a)(1) and FAR 6.302-1 ("Only One Responsible Source"). These RPC units are critical components for the Abrams Family of Vehicles (FOV), powering systems like Remote Switch Modules and the Auxiliary Hydraulic Pump. Data Device Corporation (DDC) is identified as the sole source due to its unique manufacturing capabilities and proprietary ownership of the Technical Data Package (TDP). Market research, including a Sources Sought Notice, yielded no alternative responses, and reverse engineering was deemed cost-prohibitive and time-consuming.
Scope of Work / Requirements
The procurement is for CONTROL, POWER SUPPL (NSN: 6130-01-575-0929, Part Number 12467273-4). The most recently posted document, the J&A, specifies a base quantity of 335 RPC units with a 100% option for an additional 335 units, for a total of 670 units. Delivery is required 240 days after award. Packaging and marking must comply with MIL-STD-2073-1, and inspection and acceptance will occur at ORIGIN. The solicitation notes that no Technical Data Package (TDP) is included. Note: An earlier amendment (0001) to the solicitation had increased production and option quantities to 638 units each.
Contract Details
The proposed contract type is Firm-Fixed-Price. The proposed contractor is Data Device Corporation (DDC) or an offeror providing DDC's approved product. The procurement is not set-aside for small businesses, though subcontracting clauses for small business utilization will be included. Offers must be "ALL or NONE," meaning they must cover the total quantity, and only one award will be made.
Submission & Eligibility
Offers for the related solicitation (SPRDL1-25-R-0039) are due by June 27, 2025, at 04:00 PM local time. Submissions must be sent via email to the Contract Specialist. Bidders must be registered in SAM.gov. An amendment (0001) to the solicitation, while increasing quantities, explicitly stated it did not extend the submission deadline. Bidders must acknowledge receipt of this amendment.
Key Contact
For inquiries regarding the solicitation, contact Ralph McCarthy at ralph.mccarthy@dla.mil or 586-467-1173.