IMPELLER COMPRESSOR SHAFT
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) Troop Support has issued a Solicitation (SPE8E8-26-R-0006) for the procurement of an Impeller, Compressor Shaft (NSN: 4130-01-469-6271). This is a sole-source procurement justified under Other Than Full and Open Competition due to the proprietary nature of the part and the manufacturer, Johnson Controls Navy System. Proposals are due June 1, 2026, by 3:00 PM local time.
Scope of Work
This solicitation is for the procurement of the Impeller, Compressor Shaft (NSN: 4130-01-469-6271), specifically part numbers 364-48543-000 and 377-15863-001, manufactured by Johnson Controls Navy System. The requirement includes a base quantity of 20 each and an option for an additional 20 each.
Contract Details
- Type: Solicitation, Definite Quantity Contract with Option
- Set-Aside: Other Than Full and Open Competition (Sole Source)
- FOB: Origin
- Inspection and Acceptance: At Destination
- Delivery: 300 Days After Date of Contract (ADO)
- Key Requirements: DLA packaging (RP001), technical/quality (RA001), removal of government identification from non-accepted supplies (RQ011), representation regarding "UNUSED FORMER GOVERNMENT SURPLUS PROPERTY" (C04), prohibition of mercury or mercury-containing compounds, and Source Approval Request (SAR) documentation (RC001).
Submission & Evaluation
- Evaluation: "PRICE ONLY" will be used for source selection. Offerors' price proposals will be evaluated for reasonableness. Certified cost or pricing data will be required if the proposed price exceeds $2,000,000.00.
- Proposal Validity: Proposals must be valid for 120 days after the solicitation close date.
- Submission: Proposals must be emailed to jennifer.luczkowski@dla.mil or submitted through DIBBS (DLA Internet Bid Board System).
- Eligibility: Offerors must be determined "responsible" in accordance with FAR Subpart 9.1.
Deadlines & Contacts
- Proposal Due Date: June 1, 2026, by 3:00 PM local time.
- Primary Contact: Jabari Martin (jabari.martin@dla.mil, 445-737-6020)
- Submission Contact: Jennifer Luczkowski (Jennifer.Luczkowski@DLA.MIL, 215-737-7849)
Additional Notes
This procurement is justified as sole-source because Johnson Controls Navy System is the only known source for these proprietary repair and replacement parts, and the Government lacks complete unrestricted technical data. Market research, including a Sources Sought Notice, confirmed Johnson Controls as the sole respondent. Alternate offers will be reviewed by a product specialist and referred to the Engineering Support Activity (ESA) for evaluation.