Opportunity

SAM #SPRMM126QME59

DLA Maritime Mechanicsburg Solicits Valve, Diaphragm, STO (MIL-V-15508TYICLA2.5IPS)

Buyer

SPRMM1 DLA MECHANICSBURG

Posted

March 30, 2026

Respond By

April 13, 2026

Identifier

SPRMM126QME59

NAICS

332919, 332912

This opportunity involves the Defense Logistics Agency (DLA) Maritime Mechanicsburg seeking quotes for the manufacture and supply of a specific diaphragm valve. - Government Buyer: - DLA Maritime Mechanicsburg (Mechanicsburg, PA) - OEMs and Vendors: - Original manufacturer referenced by Cage Code 86184 - Only authorized distributors of the original manufacturer's item are eligible - Products/Services Requested: - Valve, Diaphragm, STO - Part Number: MIL-V-15508TYICLA2.5IPS - Quantity: Not specified - Must be marked per MIL-STD-130, REV N - Packaging must comply with MIL-STD 2073 - Unique/Notable Requirements: - Quality assurance and inspection requirements apply - Any changes in design, material, servicing, or part number require contracting officer approval - Evaluation will be based on Lowest Price Technically Acceptable (LPTA) criteria

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

Wide Area Workflow Payment Instructions (Jan 2023) Page: 16 Invoice and Receiving Report (Combo) Status: TBD Solicitation: SPRMM1

Security Prohibitions and Exclusions (Class Deviation 2026-O0025) (Feb 2026) Page: 7

Alternate A, Annual Representations and Certifications (Deviation 2026-O0043) (Feb 2026) Page: 13

Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008) Page: 2

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 by electronic commerce methods such as 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. DLA requests all quote validity to be a minimum of 60 days, if possible. When submitting quotes via EDI, specify any exceptions (e.g., Mil specs/standards, packaging, I&A, packaging houses) or follow up with a hard copy of exceptions. If nothing is indicated or received, award will be based upon solicitation requirements. Changes or requests after award will have consideration costs deducted on modifications. If you are not the manufacturer of the material offered, state the OEM (CAGE code) and the part number offered. Please provide an email address for follow-up communications. It is recommended that vendors provide contact information to NAVSUP WSS Mechanicsburg to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts/modifications are issued by DLA Maritime Mechanicsburg and posted on EDA. Contact: NAVSUPWSS code 025, procurement systems design and contract support division via email at NAVSUPWSSITIMPHelpdesk@navy.mil. Include CAGE code, company name, address, POC with phone number and email address. Contractors can view orders, contracts, and modifications at the Electronic Document Access (EDA) web tool located at the Procurement Integrated Enterprise Environment (PIEE) website. Register at https://piee.eb.mil/. Any order from this RFQ requires electronic submittal of Receiving Report and Invoices through PIEE-WAWF. Applicable DLA Procurement Notes: 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 for change 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 change. The change will not cause delay or change in purchase description. The FOB point is not changed. Each request is supported by a $250 price reduction to cover Government administrative costs. The Government reserves the right to deny approval even if these conditions are met. DFARS 252.225-7050, Disclosure of ownership or control by Government of a country that is a state sponsor of terrorism, is incorporated into the solicitation. Award evaluations will use 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 VALVE, DIAPHRAGM, STO.

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 VALVE, DIAPHRAGM, STO furnished shall be the design represented by Cage Code(s) and reference number(s): Cage: 86184 Reference No.: 74352 MIL-V-15508TYICLA2.5IPS 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 Contracting Officer via written change order. Substitutions require drawings and explanation. Code statements: 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.

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 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 applicable.

Notes Consideration for award only to authorized distributors of original manufacturer's item. Proof of authorization must be provided on company letterhead signed by responsible official. Per OPNAVINST 5510.1, all documents and drawings provided by U.S. Navy to prospective contractors must include a "Distribution Statement" indicating distribution 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 for export controlled technical data per OPNAVINST 5510.161. Ordering Information for Document References: Department of Defense Single Stock Point (DODSSP) website: http://www.dsp.dla.mil/ provides product info for DODISS, DIDs, and other products. Most specifications can be obtained from http://quicksearch.dla.mil/. Cancelled documents required by private industry can be requested via Subscription Services Desk. Commercial specifications and standards are obtained from publishers of applicable societies. Ordnance Standards, Weapons Specifications, and NAVORD OSTD 600 pages can be requested 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 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 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 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 DD Form 1425 to NAVSUP-WSS.

Additional Links: See Solicitation SPRMM126QME59

View original listing