Redacted Justification & 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
The Defense Logistics Agency (DLA) Land Warren has published a Justification & Approval (J&A) for a sole-source procurement of Actuating Linear Cylinder Assemblies (NSN 3040-01-457-1272, Part Number SW25286). This J&A identifies DRS Sustainment Systems (CAGE 98255) as the only responsible source for these critical components for the M1000 Heavy Equipment Transporter (HET) trailer. This notice is for informational purposes and is not a solicitation for proposals from the general public.
Purpose & Justification
The procurement is for Actuating Linear Cylinder Assemblies, which are essential for the M1000 HET trailer's automated multi-axle steering system, converting fluid power to linear force and motion. The government has determined that DRS Sustainment Systems is the sole source capable of providing the validated and tested assembly due to the lack of available technical data and proprietary rights to that data. This justification is made under the authority of 10 U.S.C. 3204(a)(1) and FAR 6.302-1 (Only One Responsible Source).
Contract Details
- Item: CYLINDER ASSEMBLY, A (NSN: 3040-01-457-1272, Part Number: SW25286)
- Contract Type: Firm-Fixed-Price
- Quantity: A base quantity of 107 units and an unexercised option quantity for an additional 107 units, totaling 214 units.
- Delivery: Required within 180 days after contract award for both base and option quantities.
- FOB Point: Destination
- Unique Item Identification (UII): Required for items with a Government unit acquisition cost of $5,000 or more.
Eligibility & Set-Aside
This is a sole-source procurement to DRS Sustainment Systems. While not a competitive set-aside, the J&A indicates that efforts will be made to maximize small business opportunities through subcontracting clauses if the contract is not awarded to a small business.
Market Research & Notes
Market research, including a Sources Sought Notice posted on SAM.gov from March 24 to April 09, 2025, yielded no responses. Internet research also failed to identify other suppliers capable of meeting the specific form, fit, and function requirements without the proprietary technical data. Technical Data Packages (TDPs) are not included with this notice. Electronic contracting and Wide Area WorkFlow (WAWF) for payment requests are required for the eventual contract.
Contact Information
For further information, contact Drake Martinez at drake.martinez@dla.mil or 586-467-1249.
Published Date
March 12, 2026