Opportunity
SAM #SPRMM126QKD36
DLA Maritime Mechanicsburg Solicitation for Filter Assembly and Circuit Card Assembly
Buyer
SPRMM1 DLA MECHANICSBURG
Posted
March 27, 2026
Respond By
April 27, 2026
Identifier
SPRMM126QKD36
NAICS
334419, 334418, 423690
This opportunity from DLA Maritime Mechanicsburg seeks manufacturers and authorized distributors for specialized electronic components used in naval applications. - Government Buyer: - Defense Logistics Agency (DLA) Maritime Mechanicsburg, Department of Defense - OEMs and Vendors: - OEM associated with CAGE code 20284 (manufacturer name not specified) - Products/Services Requested: - Filter Assembly, Electronic (Part Number: TB-1382, CAGE 20284) - Circuit Card Assembly (Part Number: TD-1351, CAGE 20284) - Quantities: - Not specified in the solicitation - Notable Requirements: - Items must be manufactured to the design represented by the specified CAGE codes and reference numbers - Strict compliance with MIL-STD-130 for marking and MIL-STD 2073 for packaging - All materials must be mercury-free due to use on submarines and surface ships - Only authorized distributors of the OEM's items are eligible; proof of authorization required - No technical drawings or data are available for these items - Place of Performance/Delivery: - DLA Maritime Mechanicsburg, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
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 and Acceptance of Supplies Page: 26
Wide Area Workflow Payment Instructions (Jan 2023) Page: 16 Invoice and Receiving Report Status: TBD Code: SPRMM1 Other fields: 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 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) — including Commercial and Government Entity Code (CAGE) and part number. Please provide an email address for follow-up communications.
Vendor Recommendations and Notifications 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 Email: NAVSUPWSSITIMPHelpdesk@navy.mil Include: CAGE code, company name, address, and Point-of-Contact (POC) with phone number and email address.
Contractors can view orders, contracts, and modifications at the EDA web tool located at the PIEE website: https://piee.eb.mil/. Click on "New User" and register.
Any order resulting from this Request for Quotation requires electronic submittal of Invoice and Receiving Report (COMBO) through PIEE-WAWF.
DLA Procurement Notes Applicable: E06 Inspection and Acceptance at Source (Jun 2018)
Inspection Locations Inspection of Material will be at (CAGE & Address): ___________________________________________________________ Inspection of Packaging and Final Acceptance of Material will be at (CAGE & Address): ___________________________________________________________
Quantity Breaks Provide quantity breaks with your quote. Example (each OEM has their own quantity price breaks): QTY 1-5 EA $___ QTY 6-9 EA $ QTY 10-19 EA $ QTY 20-29 EA $ QTY 30-39 EA $ QTY 40+ $___
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 changes must be submitted to the Contracting Officer. Changes may be approved if: Performance by small business or in labor surplus areas as required by the contract will not be changed; The change will not cause delay or require change in purchase description; The free on board (f.o.b.) point is not changed; 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 use Lowest Price Technically Acceptable (LPTA) criteria per DFARS 215.101-2-70(a)(1)(i). This solicitation is issued under SEPA-EAF Authority.
1. Scope This contract/purchase order contains requirements for manufacture and contract quality requirements for the FILTER ASSEMBLY, ELE.
2. Applicable Documents 2.1 Applicable Documents - The documents listed below form part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" must be obtained by the Contractor. Ordering information is included as an attachment.
3. Requirements 3.1 Cage Code/Reference Number Items - The FILTER ASSEMBLY, ELE furnished shall be the design represented by Cage Code(s) and reference number(s): Cage: _______ Ref. No.: 20284 TB-1382
3.2 Marking - Item shall be physically identified per MIL-STD-130, REV N, 16 NOV 2012.
3.3 Changes in Design, Material Servicing, or Part Number - Except for Code 1 changes, no substitutions shall be made without written approval from NAVICP-MECH Contracting Officer. Substitutions require drawings and explanations.
Code definitions: Code 1: Part number change only; parts identical. Code 2: Assembly 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 replaces old, old cannot replace new. Code 6: Part redesigned; parts not interchangeable.
3.4 Mercury Free - Material must contain no metallic mercury and be free from mercury contamination. Mercury contamination causes rejection. If mercury is required as a functional part, written approval must be obtained. Requests must detail requirements, parts containing mercury, and protection methods. Approved items must have a "Warning Plate". Use of mercury or mercury-bearing instruments that might cause contamination is prohibited. Mercury switches, thermometers, standard cells may be used if not contamination hazards. Testing for mercury contamination involves enclosing equipment in a polyethylene bag or airtight container for 8 hours at room temperature, then sampling air. Mercury vapor concentration ≥ 0.01 mg/cu meter indicates contamination. These requirements apply to subcontracts and purchase orders. Technical questions should be referred to the Procurement Contracting Officer. Mercury is corrosive to various metals and toxic. Contamination can cause serious damage and health hazards.
4. Quality Assurance 4.1 Responsibility for Inspection - Contractor responsible for all inspection unless otherwise specified. Government reserves right to perform inspections. 4.2 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. 4.3 Records - Inspection records must be kept complete and available to Government during contract and for 365 days after final delivery.
5. Packaging 5.1 Preservation, Packaging, Packing and Marking - Shall be in accordance with Contract/Purchase Order Schedule and MIL-STD 2073 packaging.
6. Notes 6.1 Ordering Information for Document References - Department of Defense Single Stock Point (DODSSP) website: http://www.dsp.dla.mil/ provides product information for DOD specifications and standards. Availability of cancelled documents can be requested by phone. Commercial specifications are obtained from publishers. Ordnance standards and weapons specifications can be requested from Commander, Indian Head Division, Naval Surface Warfare Center. Requests for "Official Use Only" and "NOFORN" documents require certification of need. NOFORN Military Specifications and Standards ordered from Contracting Officer, NAVSUP-WSS. Nuclear Reactor Publications ordered from Commanding Officer, NAVSUP-WSS. Technical Manuals ordered from Commanding Officer, NAVSUP-WSS Support Branch. Interim Changes and Classified Specifications obtained by submitting DD Form 1425 to NAVSUP-WSS.
6.2 Notice to Distributors/Offerors - Only authorized distributors of original manufacturer's item will be considered. Proof of authorization must be provided.
6.3 Distribution Statements - Per OPNAVINST 5510.1, all documents and drawings must include a distribution statement indicating limits and safeguarding information. Distribution codes: A: Approved for public release; distribution unlimited. B: Distribution authorized to US Government agencies only. C: Distribution authorized to US Government agencies and 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.
1. Scope This contract/purchase order contains requirements for manufacture and contract quality requirements for the CIRCUIT CARD ASSEMB.
2. Applicable Documents 2.1 Applicable Documents - Documents listed form part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" must be obtained by the Contractor. Ordering information included as attachment.
3. Requirements 3.1 Cage Code/Reference Number Items - CIRCUIT CARD ASSEMB furnished shall be design represented by Cage Code(s) and reference number(s): Cage: _______ Ref. No.: 20284 TD-1351
3.2 Marking - Item shall be physically identified per MIL-STD-130, REV N, 16 NOV 2012.
3.3 Changes in Design, Material Servicing, or Part Number - Same as above with code definitions.
3.4 Mercury Free - Same mercury requirements as above.
4. Quality Assurance 4.1 Responsibility for Inspection - Contractor responsible unless otherwise specified. Government may perform inspections. 4.2 Responsibility for Compliance - All items must meet contract requirements. Inspection part of quality program. 4.3 Records - Inspection records kept for 365 days after delivery.
5. Packaging 5.1 Preservation, Packaging, Packing and Marking per Contract/Purchase Order Schedule and MIL-STD 2073.
6. Notes 6.1 Ordering Information for Document References - Same as above. 6.2 Notice to Distributors/Offerors - Only authorized distributors considered. 6.3 Distribution Statements - Same as above.
Additional Links: See Solicitation SPRMM126QKD36