DC DRIVE
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) Maritime - Pearl Harbor has issued a Solicitation (RFQ SPMYM426Q3330) for the procurement of three MENTOR MP DC DRIVE units. This opportunity is a Total Small Business Set-Aside and seeks specific NIDEC brand-name drives for direct replacement in Navy crane systems. Quotes are due by April 27, 2026, 12:00 PM HST.
Scope of Work
The government requires three (3) units of the MENTOR MP DC DRIVE with specific technical specifications: 208-480VAC, 420 AMPS OUTPUT, REGEN, 125HP @ 230VAC, 250HP @ 460VAC, LED KEYPAD, WITH CONFORMAL COATING. The required manufacturer is NIDEC, with Part Number MP420A4R-CC and SKU 73200052243101. No alternate material will be accepted, as these are intended as direct replacement crane parts, justified by the Navy Crane Center's approval of only Nidec Mentor MP drives for portal cranes.
Contract & Timeline
- Opportunity Type: Solicitation (Request for Quotation - RFQ)
- RFQ Number: SPMYM426Q3330
- Pricing Arrangement: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334111
- FSC Code: 5963 (Electronic Modules)
- Delivery Required By: May 21, 2026, to PEARL HARBOR NAVAL SHIPYARD IMF, Pearl Harbor, HI.
- Quotes Due: April 27, 2026, 12:00 PM HST
- Published Date: April 22, 2026
Submission & Evaluation
Quotes must be submitted via email to angela.morrelli.civ@us.navy.mil. Submissions must include company information, price of material, manufacturer name, country of origin, business size, delivery date/lead time, and reseller/distributor status. The evaluation criteria is Lowest Price Technically Acceptable (LPTA), where technical capability is assessed first on an acceptable/unacceptable basis, followed by price reasonableness. Vendor responsibility will be screened using PPIRS. Offerors must be registered in the SAM database and are required to complete and include provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019 with their offers.
Key Clauses & Notes
This solicitation incorporates various FAR and DFARS clauses, including those related to covered telecommunications equipment/services (e.g., FAR 52.204-26, DFARS 252.204-7016), supply chain security, and small business representations (FAR 52.219-1). Numerous DLAD procurement notes and local clauses (YM4) cover aspects like shipping, traceability, packaging, inspection, WAWF payment instructions (DFARS 252.232-7006), and evaluation of alternate offers (though no alternates are accepted for the core item). Bidders must ensure offers clearly demonstrate adherence to technical specifications and provide the exact items requested.