The document, titled "JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION," is for Solicitation No. SPRBL1-25-R-0006, issued by DLA Land & Maritime in February 2025. It justifies a non-competitive acquisition under FAR 6.302-1, citing 10 U.S.C. 3204(a)(1) for acquiring directly from the manufacturer for the second or subsequent time (AMC 3) due to engineering source approval requirements (AMSC C). The justification emphasizes unique design capability, engineering skills, and manufacturing knowledge held by approved sources, where data rights are not economically available to the Government. Efforts to ensure competition include synopsizing the acquisition on SAM and notifying interested vendors. A market survey conducted from July to August 2024 identified four vendors, with Melton Sales and Service and US Affiliate of Deutz AG providing full responses. The document lists interested sources including Melton Sales and Service, US Affiliate of Deutz AG, BHPE LLC, and Allied Defense Industries Inc.
This Request for Proposal (RFP) is for a five-year, Firm-Fixed Price, Indefinite-Delivery/Indefinite-Quantity contract, with no option years, for commercial items. The procurement will be conducted using FAR Part 12 Acquisition of Commercial Products and Commercial Services. The government approved source is Deutz AG, CAGE D2689. Offerors must prove they are providing approved parts if they are not the approved source. The contract has a guaranteed minimum of $10,000.00 and a maximum value of $10,700,000.00. Annual best estimate quantities are provided for planning purposes for items such as engine starters, generators, turbo superchargers, fuel pumps, and diesel engine blocks. Delivery is FOB Destination, and inspection and acceptance are at the origin. The RFP includes clauses on superseded part numbers, manufacturing phase-out, supply chain traceability documentation, and offers for unused former government surplus property. All offers for unused former Government surplus property will have a $200 evaluation factor applied.
The document outlines the technical requirements for a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for reparable spare parts for the Electric Power Plant III. Key aspects include adherence to military and federal standards for identification, marking, and packaging of U.S. military property. The contract emphasizes strict configuration baseline management, requiring government approval for any changes through Engineering Change Proposals (ECPs), Notices of Revision (NORs), Specification Change Notices (SCNs), or Requests for Waiver (RFWs). Unique Item Identification (IUID) marking is mandatory for all deliverables, complying with MIL-STD-130N. Contractors must maintain a robust final inspection and test system, meeting ANSI/ISO/ASQ(E) Q9001-2015 standards, and provide specific Contract Data Requirement List (CDRL) deliverables, including scientific and technical reports, IUID marking diagrams, and Bills of Materials (BOM) for logistics and supply chain risk management.