Opportunity
SAM #SPRMM126QME48
DLA Maritime Mechanicsburg Solicits CONTROL ASSEMBLY, AC (CAGE 51435, PN 478D1004-1)
SPRMM1 DLA MECHANICSBURG
March 26, 2026
April 27, 2026
SPRMM126QME48
334513, 335314
DLA Maritime Mechanicsburg is seeking offers for a CONTROL ASSEMBLY, AC for use in federal operations. - Government Buyer: - Defense Logistics Agency (DLA) Maritime Mechanicsburg - OEM and Vendor Details: - Required OEM: CAGE 51435 (manufacturer not explicitly named) - Only authorized distributors of the original manufacturer's item are eligible - Proof of authorization must be provided - Product Requested: - CONTROL ASSEMBLY, AC - Part Number: 478D1004-1 - Quantity: Not specified - Must comply with MIL-STD-130 (physical identification) and MIL-STD 2073 (packaging) - Notable Requirements: - No technical drawings or data are available - Evaluation will be based on Lowest Price Technically Acceptable (LPTA) - Procurement conducted under FAR Part 12 for commercial products and services - Place of Performance/Delivery: - DLA Maritime Mechanicsburg, Mechanicsburg, PA
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 Flags: x
Inspection and Acceptance of Supplies Page: 26
Wide Area Workflow Payment Instructions (Jan 2023) Page: 16 Invoice and Receiving Report (Combo) Status: TBD Code: SPRMM1
Note for Contractor/Administrative Contracting Officer Page: 3
Federal Acquisition Supply Chain Security Act Orders-Prohibition (Dec 2023) Page: 12
Evaluation-Commercial Products and Commercial Services (Dev 2026-O0028)(Feb 2026) Page: 3
Contractual Documents and Instructions 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 or requests 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). To receive notifications, 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/. Click on new user and registration. Any order resulting 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 (a) Performance of work at any place other than named in the contract is prohibited unless approved by the Contracting Officer. Written requests for change must be submitted. Changes may be approved if: (1) Performance by small business or in labor surplus areas as required by the contract is not changed; (2) The change will not cause delay or require purchase description change; (3) The free on board (f.o.b.) point is not changed; (4) Each request is supported by a $250.00 price reduction to cover Government administrative costs. (b) 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). This request for quote is issued in accordance with FAR Part 12, Acquisition of Commercial Products and Commercial Services.
Scope This contract/purchase order contains the requirements for manufacture and contract quality requirements for the CONTROL ASSEMBLY, AC.
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: CONTROL ASSEMBLY, AC furnished shall be the design represented by Cage Code(s) reference number(s): Cage _______ ref. no.; 51435 478D1004-1; Marking: Item shall be physically identified per MIL-STD-130, REV N, 16 NOV 2012. Changes in Design, Material Servicing, or Part Number: Except for Code 1 changes, no substitution until approved by NAVICP-MECH Contracting Officer via written change order. Substitutions require drawings and explanation. Code numbers for changes are: Code 1: Part number change only; parts identical. Code 2: Assembly (or set or kit) not furnished; used following detail parts. Code 3: Part not furnished separately; use assembly. Code 4: Part redesigned; old and new parts interchangeable. Code 5: Part redesigned; new part replaces old; old cannot replace new. Code 6: Part redesigned; parts not interchangeable.
Quality Assurance Responsibility for Inspection: Contractor responsible for all inspection unless otherwise specified. Contractor may use own or other suitable facilities unless disapproved. Government reserves right to perform inspections as needed. 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 follow Contract/Purchase Order Schedule and MIL-STD 2073 packaging as specified.
Notes Ordering information for document references is available at the Department of Defense Single Stock Point (DODSSP) website: http://www.dsp.dla.mil/. Most specifications can be obtained at http://quicksearch.dla.mil/. Availability of cancelled documents: DODSSP offers cancelled documents required by private industry in paper format. Requests via Subscription Services Desk. Commercial specifications, standards, and descriptions are not available from Government sources; obtain from publishers. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 pages: Request from 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: Order from Contracting Officer, NAVSUP-WSS, Code 87321, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Nuclear Reactor Publications: Order from Commanding Officer, NAVSUP-WSS, Code 009, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Technical Manuals: Order from Commanding Officer, NAVSUP-WSS, Code 1 Support Branch, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Interim Changes and Classified Specifications: Submit request on DD Form 1425 to NAVSUP-WSS.
Notice to Distributors/Offerors: Award consideration only to authorized distributors of the original manufacturer's item. Provide proof on company letterhead signed by responsible official with offer.
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 limits of distribution and safeguarding information.
Distribution Statement Codes for non-classified documents and drawings: A: Approved for public release; distribution 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.
Additional Links: See Solicitation SPRMM126QME48