IMPELLER COMPRESSOR SHAFT

SOL #: SPE8E826R0006Pre-SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA TROOP SUPPORT
PHILADELPHIA, PA, 19111-5096, United States

Place of Performance

Philadelphia, PA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

Refrigeration And Air Conditioning Components (4130)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 30, 2026
2
Last Updated
Apr 30, 2026
3
Response Deadline
Jun 1, 2026, 8:30 PM

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 is issuing a solicitation (SPE8E8-26-R-0006) for the procurement of Impeller Compressor Shafts (NSN: 4130-01-469-6271). This is a Presolicitation for a definite quantity contract, justified as Other Than Full and Open Competition due to the proprietary nature of the item. Proposals are due June 1, 2026, at 3:00 PM local time.

Scope of Work

This opportunity is for the one-time procurement of "IMPELLER, COMPRESSOR SHAFT" with National Stock Number (NSN) 4130-01-469-6271. Key requirements include adherence to specific DLA packaging (RP001) and technical/quality (RA001) standards, as well as requirements for the removal of government identification from non-accepted supplies (RQ011). Offerors must also address the use of "UNUSED FORMER GOVERNMENT SURPLUS PROPERTY" (C04) and comply with the prohibition of intentionally added mercury or mercury-containing compounds. Documentation for Source Approval Request (SAR) (RC001) is also noted.

Contract Details

  • Type: Definite Quantity Contract (Presolicitation)
  • Quantities: 20 EA (base), with an option for an additional 20 EA.
  • FOB: Origin
  • Inspection & Acceptance: At Destination
  • Delivery: 300 Days After Date of Contract (ADO)
  • Set-Aside: Other Than Full and Open Competition (Sole Source Justification)
  • Manufacturer: Johnson Controls Navy System (identified as the only known source)

Submission & Evaluation

  • Proposal Due: June 01, 2026, at 3:00 PM local time.
  • Validity: Proposals must be valid for 120 days.
  • Source Selection: "PRICE ONLY" will be used, with evaluation for price reasonableness.
  • Data Requirements: Information other than cost or pricing will be required. Certified cost or pricing data will be necessary if the proposed price exceeds $2,000,000.00.
  • Submission Method: Proposals should be emailed to jennifer.luczkowski@dla.mil or submitted via DIBBS (DLA Internet Bid Board System).
  • Eligibility: Offerors must be determined "responsible" in accordance with FAR Subpart 9.1.

Rationale for Other Than Full and Open Competition

The justification cites 10 U.S.C. § 3204(a)(1), stating that Johnson Controls Navy System is the only known responsible source. This is due to the item being acquired directly from the manufacturer (AMC/AMSC code 3C), requiring engineering source approval, and the Government not possessing complete unrestricted technical data for the OEM's proprietary design. Market research, including a Sources Sought Notice, confirmed the lack of other comparable manufacturers.

People

Points of Contact

Jennifer LuczkowskiSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Apr 30, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Apr 30, 2026