PULLEY, GROOVE
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 a Sources Sought for PULLEY, GROOVE (SHEAVE SUB-ASSEMBLY), NSN 3020-01-560-8493. This is market research to identify qualified, approved sources for a one-time buy of approximately 552 units. The item is a Critical Safety Item (CSI) for Aircraft Launch and Recovery Equipment. Responses are due April 16, 2026.
Scope of Requirement
- Item: NSN 3020-01-560-8493, PULLEY, GROOVE (SHEAVE SUB-ASSEMBLY), Part Number 517789-7.
- Quantity: Approximately 552 EA.
- Specifications: To be manufactured in accordance with (80020) Navy drawings.
- Criticality: Designated as a Critical Safety Item (CSI).
- Source Approval: Requires manufacturing by approved sources only. Interested parties must complete a Source Approval Request (SAR) package and obtain Enhanced JCP Certification for technical data access.
Key Information for Potential Sources
- Purpose: This is a Sources Sought notice for market research (FAR Part 10) to determine industry capability and inform future acquisition strategy. It is not a request for proposals, quotations, or bids.
- NAICS: 333613 with a 750-employee size standard.
- Market Survey: Interested sources must complete the attached "FMVC PULLEY GROOVE M Research Questionnaire.docx" and return it via email. The questionnaire covers:
- Company information, size, and status (manufacturer/distributor, small business classifications).
- Distribution network, EDI capabilities, and manufacturing details (approved source status, complexity, experience, EJCP, NIST compliance).
- Requirements for Cost or Pricing Data (CPD) or Information Other Than Cost or Pricing Data (ICAP).
- Commerciality determination (FAR 2.101(b)) and willingness to provide proof.
- Logistics (FOB Destination, estimated delivery times) and testing (First Article Testing).
- Estimated unit price.
- Enhanced JCP Certification: Vendors unable to access technical data must submit a one-time request to
jcpvalidation@dla.mil. Inquiries after submission should be directed toDLAJ344DataCustodian@dla.mil.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: None specified (for market research)
- Response Due: April 16, 2026, by email to Susan Lupo (
susan.lupo@dla.mil). - Published: April 3, 2026.
Additional Notes
Responses will assist the Government in determining the appropriate acquisition method and will directly influence the solicitation's structure, set-aside provisions, and evaluation criteria. Failure to provide required information, especially regarding cost/pricing data or commerciality, may impact future consideration.