Sole Source for Steering System Components to Power Dynamics Innvocations LLC
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 Department of the Navy / NAVSUP Fleet Logistics Center Puget Sound (FLCPS) intends to procure Steering System Components via a sole source award to Power Dynamics Innovations LLC. This notice serves as an intent to solicit for these direct replacement parts, with the government reserving the right to not compete this action based on responses received. Responses from interested parties are due by May 11, 2026.
Scope of Work
FLCPS requires various steering system components, including Upper Arm (part no. 1600904-2/04), Tie Rod (1600904-2/02), Steering Shaft (1600904-2/08), Lower Arm Assy (1600904-2/01), V-Bolt (PDI-10020), Forward Drive Mount (1600902-5), Steering Stop (1600904-6), Spacer (3421), Mounting Plate (1600902-6), Socket Head Screw (1600904-2/15), Steering Arm (1600904-2/30), and Bushing (PDI-10037). These are direct replacement parts for existing equipment. Delivery is anticipated by May 22, 2026, to various locations, primarily in Japan (SRF AND JRMC YOKOSUKA).
Contract Details
- Type: Anticipated Firm Fixed Price.
- Set-Aside: Unrestricted.
- Sole Source Justification: Power Dynamics Innovations LLC is identified as the manufacturer with sole proprietary information for these components.
- Government Discretion: Government will determine whether to compete based on responses to this notice.
- Product Service Code (PSC): 2530 - Vehicular Brake, Steering, Axle, Wheel, And Track Components.
- NAICS Code: 336330.
Requirements & Evaluation
- Technical: Requirements include compliance with DFARS 252.211-7003 (Item Identification and Valuation) and ASTM-D-3951 (Commercial Packing). Prohibited packing materials include asbestos, excelsior, loose fill polystyrene, newspaper, or shredded paper. Non-manufactured wood packing must be heat treated and certified.
- Drawings/References: Due to distribution restrictions, drawings, references, and TGIs will not be furnished with the solicitation. They are available to quoters registered on the Joint Certification Program (JCP) website, requiring a CAGE code and DD-2345.
- Evaluation: The government will evaluate price for reasonableness and past performance as part of the responsibility determination in accordance with RFO 12.203.
- Eligibility: Offerors must be registered with the System for Award Management (SAM).
Timeline
- Notice Published: April 30, 2026.
- Response Due (to sole source intent): May 11, 2026, 6:00 PM ET.
- Anticipated Award Date: May 2026.
Contact Information
- Contracting Officer: Lorraine Small (LORRAINE.M.SMALL.CIV@US.NAVY.MIL)