Engine, Diesel
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 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.