Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 25, 2025 SAM #8612
SOURCES SOUGHT

28 -- Procurement of Diesel Engine, Starter Motor & Magnetic Contactors Supporting 800kW, 60 Hz DPGDS

Notice Date
6/23/2025 6:20:42 AM
 
Notice Type
Sources Sought
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
 
ZIP Code
21005
 
Solicitation Number
DLA-Aberdeen-25-066
 
Response Due
7/14/2025 1:30:00 PM
 
Archive Date
07/29/2025
 
Point of Contact
Lawrence Donohue, Micah Greene
 
E-Mail Address
Lawrence.Donohue2.civ@army.mil, micah.k.greene.civ@army.mil
(Lawrence.Donohue2.civ@army.mil, micah.k.greene.civ@army.mil)
 
Description
The Defense Logistics Agency-Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC), intends to acquire Diesel Engine, Starter Motor & Magnetic Contactors Supporting 800kW, 60 Hz DPGDS. Requirements Description: The Government does possess a Technical Data Package (TDP) for the Engine, Diesel. (2815-01-698-4724) The following additional NAICS apply: 423830 The Government does not possess a Technical Data Package (TDP) for the Starter, Motor. (6110-01-688-2186) The following additional NAICS apply: 335314 The Government does not possess a Technical Data Package (TDP) for the Contactor, Magnetic. (6110-01-694-0231) The following additional NAICS apply: 335314 The Government does not possess a Technical Data Package (TDP) for the Contactor, Magnetic. (6110-01-694-6706) The following additional NAICS apply: 335314 Items and/or Services to Be Procured: NSN: 2815-01-698-4724 Nomenclature: Engine, Diesel P/N: 17-60030 Cage Code: 61724 NSN: 6110-01-688-2186 Nomenclature: Starter, Motor P/N: 17-60030 Cage Code: 61724 NSN: 6110-01-694-0231 Nomenclature: Contactor, Magnetic P/N: HCV-7HAL Cage Code: 7M235 NSN: 6110-01-694-6706 Nomenclature: Contactor, Magnetic P/N: HCV-7HAL-1 Cage Code: 7M235 Requested Response Information: The government request sources that can supply 5 each for the first year, 5 each for the second year, 5 each for the third year, 5 each for the fourth year and 5 each for the fifth year of the Engine, Diesel, NSN 2815-01-698-4724. The government request sources that can supply 2 each for the first year, 2 each for the second year, 2 each for the third year, 2 each for the fourth year and 2 each for the fifth year of the Starter Motor, NSN 6110-01-688-2186. The government request sources that can supply 1 each for the first year, 1 each for the second year, 1 each for the third year, 1 each for the fourth year and 1 each for the fifth year of the Magnetic Contactor, NSN 6110-01-694-0231. The government request sources that can supply 1 each for the first year, 1 each for the second year, 1 each for the third year, 1 each for the fourth year and 1 each for the fifth year of the Magnetic Contactor, NSN 6110-01-694-6706 The responses must include lead time, rough order of magnitude (ROM) cost estimates on per unit basis, or any other information that could affect delivery of the units, if applicable. At a minimum the support information you submit should include, but is not limited to, the following types of documentation: The unit design drawings, test results, information on previous Government and commercial contracts, data rights, etc. In your response, please include your company name, CAGE code, and a technical point of contract with email address and telephone number. Notice, Response Due Date, and Points of Contact: This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract based on this SSA or reimburse any costs associated with the preparation of responses to this SSA. This Sources sought announcement (SSA) is for planning and market research purposes only and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and/or to assist in making acquisition strategy decisions in the future. The response must include production / delivery lead time, production capacity by month, surge capacity, number of years part will be available, ranges for price breaks, if applicable, or any other information that could affect the acquisition, supply, and delivery of the parts. The response should also include documentation such as a copy of a purchase order if the supplier was a vendor to the listed source or a statement from listed source demonstrating that the supplier can, in fact, supply the Army with these parts from the supplier listed above. Successful suppliers may be required to warrant that the item supplied will satisfactorily perform when used for the purpose intended by the Army. All SSA responses should be emailed to the Technical and Competition Advocate Points of Contact at the email addresses listed below. No phone inquiries will be accepted, either as a response to this action or for information requests. All requests for information must be submitted via email to the Technical Point of Contact and the Competition Advocate. Please submit responses by: July, 14th 2025. Technical Point of Contact: Mr. Jim Donohue at lawrence.donohue2.civ@army.mil , Mr. Micah Greene at micah.k.greene.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0649866fbb3d4d50820283f6baf13cac/view)
 
Record
SN07485995-F 20250625/250623230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.