Engine, Diesel

SOL #: SPRDL1-25-R-0240Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA LAND WARREN
WARREN, MI, 48397, United States

Place of Performance

Place of performance not available

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

Diesel Engines And Components (2815)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 22, 2025
2
Last Updated
Mar 4, 2026
3
Response Deadline
Feb 18, 2026, 4:59 AM

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 is soliciting proposals for a Firm Fixed-Price requirements-type contract for Diesel Engines (NSN: 2815-01-559-2661). The approved manufacturer is Cummins Central Power, LLC (CAGE: 4TNW9, P/N: 0100-4046-FRS). An estimated 182 units are required over five years. This opportunity is a Small Business Set-Aside. Offers are due March 10, 2026.

Scope of Work

This solicitation is for Diesel Engines with National Stock Number (NSN) 2815-01-559-2661. The approved manufacturer is Cummins Central Power, LLC, Part Number 0100-4046-FRS. The estimated contract quantity over five years is 182 units. Packaging is commercial, and FOB is Destination.

Contract Details

  • Type: Firm Fixed-Price requirements-type contract
  • Estimated Quantity: 182 units over 5 years
  • Manufacturer: Cummins Central Power, LLC (CAGE: 4TNW9, P/N: 0100-4046-FRS)
  • FOB: Destination
  • Packaging: Commercial

Key Requirements & Amendments

  • Supply Chain Traceability: Amendment 0003 mandates that all offerors other than the manufacturer must submit Supply Chain Traceability Documentation at the time of offer. Failure to provide acceptable documentation will render an offer ineligible. This documentation must detail item description, part number, NSN, manufacturing source, CAGE, supply chain intermediaries, and manufacturer batch identification. Contractors must retain this documentation for ten years.
  • Reverse Auction: The solicitation includes a provision for a reverse auction as a pricing technique. If held, contractors must be registered in the reverse auction system and participating representatives must complete online training. Information is available at https://dla.procurexinc.com.
  • Clause Updates: Amendments 0001 and 0002 updated and deleted numerous FAR and DFARS clauses and provisions, including those related to System for Award Management, safeguarding contractor systems, telecommunications, and commercial item representations. Offerors should review the latest solicitation for specific clause changes.

Submission & Evaluation

  • Offer Due Date: March 10, 2026, at 11:59 p.m. Eastern time.
  • SAM.gov: Offerors must be registered in SAM.gov.
  • Reverse Auction: Registration and training are required to participate if a reverse auction is held.
  • Traceability: Non-manufacturers must submit acceptable Supply Chain Traceability Documentation with their offer.

Set-Aside

This acquisition is a Small Business Set-Aside.

Contact Information

For questions, contact Jon Machacek at Jon.Machacek@dla.mil or 385-591-2854.

People

Points of Contact

Jon MachacekPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 6
Solicitation
Posted: Mar 4, 2026
View
Version 5
Solicitation
Posted: Feb 24, 2026
View
Version 4
Solicitation
Posted: Feb 11, 2026
View
Version 3
Solicitation
Posted: Jan 6, 2026
View
Version 2Viewing
Pre-Solicitation
Posted: Dec 22, 2025
Version 1
Pre-Solicitation
Posted: Dec 22, 2025
View