Opportunity
SAM #SPRMM126QMD92
DLA Maritime Mechanicsburg Solicits SCUTTLE,WTQA,21 IN Assembly (Part 8100-1253-0237)
SPRMM1 DLA MECHANICSBURG
March 24, 2026
April 23, 2026
SPRMM126QMD92
333998, 423710, 423860
This opportunity involves the Defense Logistics Agency (DLA) Maritime Mechanicsburg seeking a specialized assembly for naval or maritime applications. - Government Buyer: - Defense Logistics Agency (DLA) Maritime Mechanicsburg - Located in Mechanicsburg, Pennsylvania - OEM and Vendor Information: - Only the original manufacturer (Cage Code 70876) is referenced; no other OEMs or vendors are named - Only authorized distributors of the original manufacturer's item are eligible - Proof of distributor authorization is required - Product Requested: - SCUTTLE,WTQA,21 IN assembly - Part number: 8100-1253-0237 - Cage Code: 70876 - Quantity not specified - Technical and Packaging Requirements: - Item must be physically identified per MIL-STD-130, REV N - Packaging must comply with MIL-STD 2073 - No drawings or technical data are available - Evaluation Criteria: - Award will be made based on Lowest Price Technically Acceptable (LPTA) - Notable Requirements: - Only authorized distributors may bid; proof of authorization is mandatory - No substitutions or alternate products are permitted
Description
Item Unique Identification and Valuation (Jan 2023) Page: 19
Inspection of Supplies--Fixed-Price (Aug 1996) Page: 2
Inspection and Acceptance - Short Version Page: 8 Inspection: X Acceptance: X
Inspection and Acceptance of Supplies Page: 26
Wide Area Workflow Payment Instructions (Jan 2023) Page: 16 Invoice and Receiving Report Code: SPRMM1 Status: TBD
Note for Contractor/Administrative Contracting Officer Page: 3
Federal Acquisition Supply Chain Security Act Orders-Prohibition (Dec 2023) Page: 12
Contractual Documents and Procurement Notes All contractual documents (contracts, purchase orders, task orders, delivery orders, and modifications) related to this procurement are considered "issued" by the government when copies are mailed, faxed, or sent electronically (e.g., email). The government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. Drawings or technical data are not available for this item. Delivery days: _________ aro. Offer valid for _____ days. When submitting quotes via Electronic Data Interchange (EDI), specify any exceptions (e.g., Mil specs/standards, packaging, Inspection & Acceptance (I&A), packaging houses) or follow up with a hardcopy of exceptions. If nothing is indicated or received, award will be based on solicitation requirements. Changes after award will have consideration costs deducted on modifications. If you are not the manufacturer of the material offered, you MUST state the Original Equipment Manufacturer (OEM) — Commercial and Government Entity Code (CAGE) and the part number offered. Please provide an email address for follow-up communications. It is recommended that vendors provide contact information to NAVSUP Weapon System Support (WSS) Mechanicsburg to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts/modifications are issued by Defense Logistics Agency (DLA) Weapons Support Mechanicsburg and posted on Procurement Integrated Enterprise Environment (PIEE) Electronic Data Access (EDA). Contact: NAVSUPWSS code 025, procurement systems design and contract support division via email at NAVSUPWSSITIMPHelpdesk@navy.mil. Include CAGE code, company name, address, and Point-of-Contact (POC) with phone number and email address. Contractors can view their orders, contracts, and modifications at the EDA web tool located at the PIEE website. It is recommended to register for EDA at https://piee.eb.mil/ by clicking on new user and registration. Any order from this Request for Quotation requires electronic submittal of Invoice and Receiving Report (COMBO) through PIEE-WAWF. The following DLA Procurement Notes apply: E06 Inspection and Acceptance at Source (Jun 2018). Inspection of material will be at (CAGE & Address): _________________________________________ Inspection of packaging and final acceptance of material will be at (CAGE & Address): _________________________________________ UCF Section F Production Facility Changes: Performance at any place other than named in the contract is prohibited unless approved by the Contracting Officer. Written requests must be submitted. Changes may be approved if: Performance by small business or in labor surplus areas as required is not changed; No delay in delivery or change in purchase description; Free on board (f.o.b.) point is not changed; Request supported by a $250.00 price reduction to cover Government administrative costs. The Government reserves the right to deny approval even if these conditions are met.
Award evaluations will be made using the Lowest Price Technically Acceptable (LPTA) criteria per DFARS 215.101-2-70(a)(1)(i).
Scope This contract/purchase order contains requirements for manufacture and contract quality requirements for the SCUTTLE, WTQA, 21 IN.
Applicable Documents The documents listed below form part of this contract/purchase order including modifications or exclusions. "Document References" must be obtained by the Contractor. Ordering information is included as an attachment.
Requirements Cage Code/Reference Number Items: The SCUTTLE, WTQA, 21 IN furnished shall be the design represented by Cage Code(s) reference number(s): Cage _______ ref. no.; 70876 8100-1253-0237 ASSY 21; Marking: This item shall be physically identified in accordance with MIL-STD-130, REV N, 16 NOV 2012. Changes in Design, Material Servicing, or Part Number: Except for Code 1 changes, no substitution shall be made until approved by the NAVICP-MECH Contracting Officer via written change order. Substitutions require drawings and explanations. Code numbers indicate type of change: CodeDescription 1Part number change only - parts identical; notify NAVICP-MECH immediately. 2Assembly (or set or kit) not furnished - used following detail parts. 3Part not furnished separately - use assembly. 4Part redesigned - old and new parts completely interchangeable. 5Part redesigned - new part replaces old; old part cannot replace new. 6Part redesigned - parts not interchangeable.
Quality Assurance Responsibility for Inspection: Contractor responsible for all inspection requirements unless otherwise specified. Contractor may use own or other suitable facilities unless disapproved. Government reserves right to perform inspections as necessary. Responsibility for Compliance: All items must meet contract requirements. Inspection is part of Contractor's quality program. Sampling does not authorize submission of defective material. Records: Contractor shall keep complete inspection records available to Government during contract and for 365 days after final delivery.
Packaging Preservation, Packaging, Packing, and Marking shall be in accordance with the Contract/Purchase Order Schedule and MIL-STD 2073 packaging as found elsewhere in the schedule.
Notes Ordering Information for Document References: The Department of Defense Single Stock Point (DODSSP) website (http://www.dsp.dla.mil/) provides product information for DOD specifications and standards. Most specifications can be obtained from http://quicksearch.dla.mil/. Availability of Cancelled Documents: DODSSP offers cancelled documents required by private industry in paper format. Requests can be made by phone to the Subscription Services Desk. Commercial Specifications, Standards, and Descriptions: Not available from Government sources; obtain from publishers of applicable societies. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages: Obtain by request to Commander, Indian Head Division, Naval Surface Warfare Center, Code 8410P, 101 Strauss Avenue, Indian Head, MD 20640-5035. Requests for "Official Use Only" and "NOFORN" documents must identify Government Contract Number and be submitted via Defense Contract Management Command (DCMC) or PCO as appropriate. NOFORN Military Specifications and Standards to be ordered from Contracting Officer, NAVSUP-WSS, Code 87321, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers to be ordered from Commanding Officer, NAVSUP-WSS, Code 009, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Technical Manuals Assigned NAVSEA Identification Numbers to be ordered from Commanding Officer, NAVSUP-WSS, Code 1 Support Branch, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. In accordance with OPNAVINST 5510.1, all documents and drawings provided by the U.S. Navy to prospective Contractors must include a "Distribution Statement" informing the contractor of distribution limits and safeguarding information. Distribution Statement Codes for non-classified documents and drawings: A: Approved for public release; distribution is unlimited. B: Distribution authorized to US Government agencies only. C: Distribution authorized to US Government agencies and their contractors. D: Distribution authorized to DoD and DoD contractors only. E: Distribution authorized to DoD Components only. F: Further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X: Distribution authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data per OPNAVINST 5510.161. Notice to Distributors/Offerors: Consideration for award shall be given only to authorized distributors of the original manufacturer's item. Proof of authorization must be provided on company letterhead signed by a responsible official and sent with the offer to the Procurement Contracting Officer.
Additional Links: See Solicitation SPRMM126QMD92