Multiple NSNs to be added to Contract SPE4AX-24-D-9000 with OEM Pratt & Whitney
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) Weapons Support intends to add 381 National Stock Numbers (NSNs) to an existing long-term strategic sole-source contract, SPE4AX-24-D-9000, with Pratt & Whitney (CAGE 52661). This action is a presolicitation, with the intent to award these NSNs on a sole-source basis in accordance with an approved Justification & Approval (J&A). Non-OEM sources and surplus dealers are invited to express interest and provide capabilities by May 6, 2026.
Scope of Work
The existing contract, subsumable to SPE4AX-22-D-0001, requires the supply of parts, planning/forecasting, inventory management, engineering management, and field engineering support. The newly added NSNs will be ordered via annual material delivery orders. Terms are FOB Origin with Inspection and Acceptance at Source. While the intent is sole-source to Pratt & Whitney, the Government encourages non-OEMs and surplus dealers to respond. Any item identified as competitive during technical review will be removed from this sole-source action. Alternate offers must submit a complete technical data package for each NSN for approval.
Contract & Timeline
- Type: Presolicitation for adding NSNs to an existing sole-source contract
- Duration: Existing contract has approximately four years remaining, with a possible four-year option.
- Set-Aside: Unrestricted
- Response Due: May 6, 2026, at 21:00:00Z
- Published: April 21, 2026
- Solicitation Issue Date: On or about May 7, 2026 (letter solicitation format)
Response Requirements
Non-OEM sources interested in any NSN must notify the Contracting Officer (Jennifer Snyder, jennifer.snyder@dla.mil) and SBA PCR (steven.powell@sba.gov) prior to the closing date. Responses should identify items of interest, include evidence of ability to supply for the contract period, quantity available, and price. Surplus dealers must also include a completed surplus certificate (DLAD 52.211-9000) or adequate traceability documentation. The Government may alter its acquisition strategy based on these responses. All offerors must be registered in SAM.gov.
Additional Notes
The attached document, "Synopsis NIINs Add Group 5.xlsx", lists the specific NSNs identified for this action. This spreadsheet provides critical details such as Annual Demand Quantity and Delivery Days, which are essential for potential bidders to review for accurate part identification, scope, and pricing.