Opportunity
SAM #SPRPA126QWB01
DLA Aviation Solicitation for Receiver-Transmitter (Critical Application Item) for Foreign Military Sales
DLA Aviation Philadelphia
March 24, 2026
April 03, 2026
SPRPA126QWB01
334511, 334220, 423690, 336413
This opportunity involves the Defense Logistics Agency (DLA) Aviation Philadelphia seeking offers for a Receiver-Transmitter, designated as a Critical Application Item (CAI), for Foreign Military Sales (FMS): - Government Buyer: - Defense Logistics Agency (DLA) Aviation at Philadelphia, PA - Contracting office: 700 Robbins Avenue, Building 1, Philadelphia, PA - Products/Services Requested: - Receiver-Transmitter (CAI) for FMS customers - No specific OEM or part number identified - Only newly manufactured spares are acceptable (no refurbished, remanufactured, or repaired items) - FAA certification documentation required for commercial items for P-8/P-3 platforms - Vendor Requirements: - Distributors of approved sources must provide an authorized distributor letter - Offers from non-government-approved sources will be rejected - Unique/Notable Requirements: - Item is not for U.S. Government use and will not enter the DoD supply chain - Excluded from DoD tracking and marking requirements - Assets are wholly owned by FMS customer countries and not covered by CLSSA - Delivery to a U.S. freight forwarder for overseas shipment to FMS customers
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||x|AS/EN/JISQ 9100 or equivalent||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|x|P091|N52212.31| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo)|Invoice 2in1|TBD|SPRPA1|TBD|TBD|SEE SCHEDULE|TBD|TBD|TBD|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY FOR VETERANS (DEV 2026-O0040)(FEB 2026)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 MONTHS|45 DAYS AFTER DISCOVERY OF DEFECT||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040)(FEB 2026)|4||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED PRODUCTS (MAY 2008))|1|| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026))|13|334511|1250|||||||||||| ROYALTY INFORMATION (APR 1984)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| EVALUATION-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEV 2026-O0028)(FEB 2026))|3|||| For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. Procurement Note E05 (DLAD 46.492) is hereby incorporated by reference. AS applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. THIS SOLICITATION IS BEING ISSUED UNDER EAF AUTHORITY; Synopsis is waived based on urgency (FAR 5.202(a)(2)). This is a Critical Application Item (CAI). Unless for (P-8/P-3) Platform) Commercial Items (IAW Far 2.101) readily available on the commercial market for which current FAA certification documentation (FAA Form 8130-3 Air Worthiness Approval Tag) will accompany individual product, for New Unused stock from the OEM, Offerors are advised that offers received from sources which are not government-approved sources of sypply will be deemed technically unacceptable, and therefore ineligible for award. Any distributors of approved sources(s) MUST submit a copy of their a authorized distributor letter, on the source's letterhead, to the buyer point of contact indicated on the solicitation via email, at time of proposal submitted. Other than what is noted for P-8/P-3 Platform, all potential offers shall provide newly manufactured spares only. Refurbished, remanufactured, or repaired material will not be acceptbale; Offers for such are ineligible for award. NAVSUP WSS Code N2 has determined that the requirements at DFARS 211.274 whichmandates the use of DFARS clause 252.211-7003 "Item Unique Identification and Valuation" in all solicitations and contracts, be deleted from all non-CLSSA FMS spares requirements processed by NAVSUP WSS and DLA-Aviation. The affected parts are wholly owned by FMS customer countries, are not covered by a Cooperative Logistics Supply Support Arrangement (CLSSA), these same assets will be delivered to the customer country for their sole use. The IUID definition at DFARS 211.274-1 says IUID "is a system of marking, valuing and tracking items delivered to DoD." These spares are non-CLSSA FMS assets and will never be delivered to DoD. The assets are delivered to a domestic U.S. freight forwarder who is under contract by the FMS customer to ship the assets to the country of record. The FMS customer countries retain ownership of their parts throughout the asset's lifecycle. These parts will never be owned by the U.S. Government, and will never be entered into the DoD supply chain. Based on this, there is no need for these non-CLSSA FMS country assets to be specially marked for trackingby DoD. \ Additional Links:See Solicitation SPRPA126QWB01