Electrical Engine Starter
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 (L&M) has issued a Justification for Other Than Full and Open Competition (J&A) for the procurement of Electrical Engine Starters and Generator Alternating Current. This J&A identifies Prestolite Electric Incorporated as the sole approved source for these items, leading to a future Firm-Fixed Price (FFP), Indefinite Quantity Contract (IQC) with a maximum value of $14,037,703.55. The solicitation, SPE7LX-24-R-0066, will be synopsized on SAM.gov and then solicited on DIBBS.
Purpose & Scope
DLA L&M intends to acquire four (4) National Stock Numbers (NSNs) for critical engine electrical system components. These commercial items are essential for various military vehicles and programs, including TRUCK, HEAVY EXPANDED MOBILITY TACTICAL (HEMTT), M1070, M-915 SERIES, M-916A1, and NAVY EXPEDITIONARY PROGRAMS. The procurement is justified under 10 U.S.C. 3204(a)(1) due to a limited number of sources.
Key Requirements / Deliverables
The acquisition covers the following NSNs:
- 2920-01-337-5152: Electrical Engine Starter (HEMTT, M1070)
- 2920-01-339-4308: Electrical Engine Starter (M-915 SERIES, M-916A1, NAVY EXPEDITIONARY PROGRAMS)
- 6115-01-649-7114: Generator Alternating Current (NAVY EXPEDITIONARY PROGRAMS)
- 2920-01-606-4382: Electrical Engine Starter (LIGHT ARMORED VEHIC)
Contract Details
- Contract Type: Firm-Fixed Price (FFP), Indefinite Quantity Contract (IQC)
- Period of Performance: Five (5) years total (3-year base + 2 one-year option periods)
- Maximum Contract Value: $14,037,703.55
- Place of Performance: Arcade, NY, United States
Eligibility & Set-Aside
This procurement is conducted under Other Than Full and Open Competition as authorized by 10 U.S.C. 3204(a)(1). Prestolite Electric Incorporated (CAGE Code 24975) is identified as the sole approved source due to unique design capabilities, engineering skills, manufacturing knowledge, and proprietary technical data. Market research, including a Sources Sought Notice, confirmed limited responses from other potential sources.
Submission & Evaluation
The solicitation (SPE7LX-24-R-0066) will be synopsized on SAM.gov for 7 days, followed by a 30-day solicitation period on DLA Internet Bid Board System (DIBBS). Offers will be subject to DLA Procurement Notes L04 (Offers for Part Numbered Items), M06 (Evaluation of Offers for Part Numbered Items), and L22 (Restriction of Alternate Offers for Source Controlled Items).
Additional Notes
All four NSNs have been determined to be commercial items. The J&A includes detailed information on market research, commerciality determinations, and pricing.