Sources Sought for BELT CONVEYOR Combined Notice
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) Troop Support has issued a Combined Synopsis/Solicitation and Notice of Intent to Sole Source for the procurement of 174 Belt Conveyors. This acquisition is limited to JERED LLC or its authorized distributors/dealers, justified by the product's proprietary nature and sole manufacturing source. Offers are due March 27, 2026.
Scope of Work
This opportunity is for the purchase of 174 Belt Conveyors, specifically National Stock Number (NSN) 3910-01-626-4127, Part Number 8000662, manufactured by JERED LLC (CAGE 98523). The technical acceptability of the product is derived from its origin with JERED LLC. Delivery is required within 180 Days After Date of Order (ADO), with inspection and acceptance occurring at the destination in New Cumberland, PA.
Contract Details
- Type: Firm Fixed Price (RFQ Number: SPE8EF26Q0039)
- Set-Aside: N/A for sole source (Other Than Full and Open Competition)
- Authority: 41 U.S.C. 1901, implemented by Class Deviation 2026-O0028, and FAR 13.106-1(b)(1) (only one manufacturing source).
- Place of Performance: W1A8 DLA DISTRIBUTION, DDSP NEW CUMBERLAND FACILITY, New Cumberland, PA 17070-5002.
Submission & Evaluation
Offers are explicitly sought from JERED LLC directly or its authorized distributors/dealers. The award will be made to the most advantageous offer to the Government, considering fair and reasonable pricing. Price reasonableness will be determined in accordance with FAR 13.106-3(a) and DFARS 213.106-3, through comparison of offers received or other appropriate techniques. Past performance will also be assessed using SPRS data and other sources. Offerors must provide evidence of traceability for the product if not the approved manufacturing source.
Key Dates & Contact
- Response Due: March 27, 2026, at 03:00 PM Local Time.
- Published: March 20, 2026.
- Contact: Russell Keiser (russell.keiser@dla.mil).
Additional Notes
A Justification and Approval (J&A) document is attached, detailing the rationale for the sole-source procurement, citing market research indicating no other items meet requirements. The solicitation incorporates various FAR and DFARS clauses by reference, and payment instructions will utilize Wide Area WorkFlow (WAWF).