Cooler, Fluid, Transmission (Transmission Oil Cooler)

SOL #: SPRDL1-25-R-0041Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA LAND WARREN
WARREN, MI, 48397, United States

Place of Performance

Place of performance not available

NAICS

Other Motor Vehicle Parts Manufacturing (336390)

PSC

Vehicular Power Transmission Components (2520)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 12, 2025
2
Last Updated
Mar 24, 2026
3
Submission Deadline
Nov 17, 2025, 6:00 PM

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 Warren has issued a Redacted Justification and Approval (J&A) for Other Than Full and Open Competition for the procurement of Transmission Oil Coolers for the M88A2 towing and recovery system. This J&A, published on March 24, 2026, indicates the government's intent to award a Firm-Fixed-Price contract on a sole-source basis due to the unique nature of the components and the absence of a Technical Data Package (TDP).

Purpose & Scope

This procurement is for "Cooler, Fluid, Transmission" (Transmission Oil Cooler) under Product Service Code 2520 (Vehicular Power Transmission Components). The specific National Stock Numbers (NSNs) are 2520-01-422-4200 (manufacturer part numbers 388010092; E9AR106-003) and 2520-01-424-6732 (manufacturer part numbers 388010091; E9AR106-002). A combined total of 174 units (base and option contracts) are required.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP).
  • Procurement Strategy: Sole-source, justified under FAR 6.302-1 ("Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements").
  • Approved Sources: Tecmotiv (USA) Inc (CAGE 0L7R7) and Renk America LLC (CAGE 02978). Market research identified Tecmotiv (USA) Inc. as the only interested and capable source.
  • Estimated Value: Implied to be significant based on reverse engineering cost estimates.

Justification for Sole Source

The government is not pursuing competition due to the lack of a Technical Data Package (TDP) or specifications, the unique nature of the component, and the high cost and time associated with developing a competitive package through reverse engineering. Previous contracts for these NSNs have also been awarded on a sole-source basis.

Key Requirements

Specific Special Packaging Instructions (SPI) are required for these items, detailed in documents such as SPI-AK14224200.pdf and SPI-AK14246732.pdf. These instructions cover preservation, cleaning, drying, packing (Level A and B), and marking to ensure protection during shipment and storage.

Set-Aside & Small Business

While this is a sole-source procurement, subcontracting clauses related to small business utilization will be included if the contract is not awarded to a small business.

Timeline & Contacts

People

Points of Contact

Sabrina SwainPRIMARY
DLA Warren Contract OpportunitiesSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 6
Justification
Posted: Mar 24, 2026
View
Version 5
Solicitation
Posted: Dec 9, 2025
View
Version 4
Solicitation
Posted: Nov 19, 2025
View
Version 3Viewing
Solicitation
Posted: Oct 28, 2025
Version 2
Solicitation
Posted: Oct 10, 2025
View
Version 1
Solicitation
Posted: Sep 12, 2025
View