61--MOTOR,ALTERNATING C
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) MECHANICSBURG is soliciting proposals for MOTOR, ALTERNATING C (NSN 7H-6105-014585540-PP, QTY 15 EA). This is a Total Small Business Set-Aside opportunity. Proposals are due by June 1, 2026, 02:00 PM local time.
Scope of Work
This procurement is for 15 units of MOTOR, ALTERNATING C (NSN 7H-6105-014585540-PP, REF NR 801641-500 GP2). The items must be new, unused, and not deteriorated, conforming to cited technical requirements, CAGE Code, and part number. Packaging must be in accordance with MIL-STD-2073. Refurbished material is not acceptable. Supply chain traceability documentation is required. Delivery is to NAVSUP FLT LOG CTR CHEATHAM ANNEX, WILLIAMSBURG, VA.
Contract & Timeline
- Type: Firm Fixed Price Solicitation (RFP/RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: June 1, 2026, 02:00 PM local time
- Published: May 5, 2026
- Rating: DO-A3 under DPAS
- FOB/Inspection: Source
Evaluation
Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) criteria. Late submissions, modifications, and withdrawals are subject to specific provisions. Offerors must provide an email address for follow-up communications. If offering an alternate item, a complete technical data package must be submitted.
Additional Notes
The Government does not own the data or rights to the data needed for this part, and it has been determined uneconomical to acquire or reverse engineer. While the initial intent was for a single source under FAR 6.302-1, all responsible sources may identify their interest and submit proposals. No drawings or technical data are available. Electronic submission of receiving reports and invoices through PIEE-WAWF is required. Distributors/dealers must provide a letter from the actual manufacturer or identify the OEM's name/CAGE code and part number.