DIESEL POWER UNIT
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 soliciting proposals for a DIESEL POWER UNIT, specifically the STANLEY COMPACT POWER UNIT, P/N: HP18289M. This is a Total Small Business Set-Aside for a Firm Fixed-Price supply contract with FOB Destination delivery to Bremerton, WA. Offers are due by March 12, 2026, at 08:00 AM Pacific Time.
Scope of Work
The requirement is for one (1) hydraulically powered DIESEL POWER UNIT featuring a 17.4 HP Diesel Engine, 4.2-gallon fuel tank, and 2.7-gallon hydraulic reservoir. Key specifications include a maximum pressure of 2000 PSI, manual throttle, electric start, wheels for mobility, and a flow rate of 7-9 GPM. Dimensions should be between 35"-38" L, 21"-26" W, and 28"-30" H. Delivery is required on or before April 27, 2026.
Contract Details
- Type: Firm Fixed-Price supply contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 332510 (Size Standard: 750 employees).
- Procedures: Commercial and simplified acquisition procedures (FAR Parts 12 and 13.5).
- Place of Performance/Delivery: Bremerton, WA 98314.
- Inspection & Acceptance: At destination, with Quality Assurance inspection occurring 4-7 days prior to delivery.
Submission Requirements & Evaluation
Offers are due by March 12, 2026, at 08:00 AM Pacific Time. All questions must be submitted via email, referencing solicitation number SPMYM2-26-Q-5751 DIESEL POWER UNIT in the subject line. Required submissions include:
- Completed pricing.
- All pages of the completed and signed original solicitation package.
- All representations and certifications.
- Manufacturer information of proposed items.
- A standalone spec sheet (PDF format) for evaluation. Offerors must be currently registered in SAM.gov. Only fully completed quotes with signed solicitations will be considered; late offers will not be accepted. The solicitation incorporates FAR 52.212-1, 52.212-3, and 52.212-4 by reference, along with numerous other FAR and DFARS clauses.
Contact Information
- Primary Point of Contact: DENISE M. QUIST (Denise.Quist@dla.mil, 360-476-6075).