MODIFICATION KIT,EN 2910-010178323
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 and Maritime is conducting Sources Sought market research to identify qualified manufacturers for MODIFICATION KIT,EN (NSN 2910-010178323). This is not a Request for Proposal (RFP) but aims to gather information for a potential future fixed-price solicitation. The current approved source is CIRCOR PUMPS NORTH AMERICA LLC (CAGE 59180). Responses, including a completed Market Research Questionnaire, are due by March 11, 2026.
Purpose
The primary purpose of this notice is to identify sources capable of manufacturing NSN 2910-010178323 and to collect data to help generate a realistic solicitation. The government is considering a fixed-price contract for three (3) units of the modification kit.
Key Requirements & Information
- Item: MODIFICATION KIT,EN
- NSN: 2910-010178323
- Quantity: 3 EA
- Approved Manufacturer: CIRCOR PUMPS NORTH AMERICA LLC (CAGE 59180) P/N 3325/676RR
- Alternate Offerors: Required to provide a complete data package for both approved and alternate parts for evaluation, as adequate data is not currently available.
- NAICS Code: 333618
- SAM Registration: Required for all awards, including the specified NAICS code. Offerors are strongly encouraged to complete or update their SAM registration.
Information Requested via Questionnaire
The Market Research Questionnaire seeks detailed information on:
- Company size and status (manufacturer/distributor, small/large business, SBA classifications).
- Employee numbers (company and parent company).
- Item manufacturing origin.
- Willingness to register in SAM and complete FAR/DFARS certifications.
- Pricing information, including price breaks, quantity options, and potential Economic Price Adjustment (EPA) indices.
- Primary component drivers for pricing.
- Commerciality of the item (per FAR 2.101(b)) and willingness to provide proof of commercial sales history or drawings for an Independent Government Cost Estimate (IGCE).
- Delivery timelines, partial shipment capabilities, and maximum monthly quantities.
- Minimum delivery order quantities or dollar values.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified.
- Response Due: March 11, 2026, by 21:00:00Z.
- Published: March 4, 2026.
- Place of Performance: San Joaquin, CA.
Additional Notes
Failure to provide proof of commerciality may result in the solicitation being processed using non-commercial procurement procedures (FAR Part 15) instead of commercial procedures (FAR Part 12). This notice is for market research only and does not constitute a commitment to issue a solicitation.
Contact Information
- Primary Contact: Brice Royer (Brice.Royer@dla.mil)
- Secondary Contact: Jacob McGee (Jacob.Mcgee@dla.mil)