25--CONTROL UNIT,PNEUMA
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) Weapons Support Columbus has awarded a maximum $6,787,346.34 Firm-Fixed-Price Indefinite Delivery Purchase Order (IDPO) to Vehicle Maintenance for Control Unit, Pneuma and related items. This award was made under other than full and open competition, specifically citing 10 U.S.C. 3204(a)(1) as implemented by FAR 6.302-1, due to the restriction to a limited number of responsible sources, primarily Dana Commercial Vehicle Manufacturing as the sole approved source for critical items.
Scope of Work
This contract procures specific spare parts, identified by National Stock Numbers (NIINs/NSNs), essential for supporting various weapon systems. These include the PATRIOT missile, BAE/AH CAT I (MRAP), HIMARS, 5-TON M939 SERIES trucks, FAMILY OF MEDIUM AND LIGHT TACTICAL VEHICLES (FMTV), and ARMORED SECURITY VEHICLE (XM1117). The scope covers Department of Defense (DoD) products where Dana Commercial Vehicle Manufacturing is the sole approved source, with potential for add-on projects.
Contract Details
- Contract Type: Firm-Fixed-Price Indefinite Delivery Purchase Order (IDPO)
- Maximum Value: $6,787,346.34
- Duration: One-year base period with four one-year option periods, with a performance completion date of March 1, 2031.
- Award Date: February 26, 2026 (Published Date)
- Contracting Activity: DLA Land and Maritime, Columbus
Award Basis
The award was justified under other than full and open competition (10 U.S.C. 3204(a)(1) / FAR 6.302-1), based on market research and a Sources Sought Notice. Dana Commercial Vehicle Manufacturing was identified as the sole approved source for items with AMSC D and R, possessing the necessary technical data. For items with AMSC B, the solicitation included a "Restriction of Alternate Offers for Source Controlled Items" outlining the process for becoming an approved source. Two responses were received for the original solicitation SPE7MX-24-R-X010.
Contact Information
For inquiries, contact Brandy Warner at Brandy.Warner@dla.mil or 614-905-7819.