Redacted Justification & Approval (J&A)
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 has published a Redacted Justification & Approval (J&A) for a new five-year Firm Fixed-Price Indefinite Quantity (IDIQ) contract. This J&A supports the procurement of Hydraulic Vehicular Transmissions (NSN 2520-01-569-9921) for the Palletized Loading System (PLS) A1, with the intent to award to Oshkosh Defense LLC (OSK) on a sole-source basis.
Purpose & Justification
This document justifies the procurement of the critical transmission assembly under Other Than Full and Open Competition, citing 10 U.S.C. 3204(a)(1) and FAR 6.302-1 (Only One Responsible Source). The justification stems from the proprietary nature of the transmission, the government's lack of rights to the Technical Data Package (TDP), and the uneconomical cost of reverse engineering or obtaining it from other sources. Oshkosh Defense LLC is identified as the sole responsible source due to their proprietary manufacturing process and prior qualification.
Scope of Work & Deliverables
The contract will cover the supply of Hydraulic Vehicular Transmissions (NSN 2520-01-569-9921, P/N 57K6821). A minimum quantity of five (5) units and a maximum quantity of 125 units are anticipated over the five-year period. These transmissions are essential for the operational efficiency of the PLS A1 drivetrain.
Contract Details
- Contract Type: Firm Fixed-Price Indefinite Quantity (IDIQ)
- Period of Performance: Five years
- Estimated Quantities: Minimum 5 each, Maximum 125 each
- Set-Aside: Other Than Full and Open Competition (Sole Source)
- Awardee (Intended): Oshkosh Defense LLC (OSK)
Additional Notes
Market research, including a Sources Sought Notice on SAM.gov, was conducted, yielding responses from potential resellers and one offeror for Other Than New Material (OTNM). However, the lack of government TDP rights and the high cost of reverse engineering led to the sole-source determination. Previous contract history with Oshkosh Defense LLC for similar items is noted. FAR clauses related to small business utilization will be included if the contract is not awarded to a small business.