Opportunity

SAM #SPRMM126QHC16

DLA Maritime Mechanicsburg Solicitation for OEM-Specific Cover Assembly, Drum

Buyer

SPRMM1 DLA MECHANICSBURG

Posted

April 02, 2026

Respond By

June 16, 2026

Identifier

SPRMM126QHC16

NAICS

423860, 332994, 423690, 423840, 423990

This opportunity from DLA Maritime Mechanicsburg seeks the supply of a Cover Assembly, Drum for military logistics support. - Government Buyer: - Defense Logistics Agency (DLA) Maritime Mechanicsburg - Contracting office: DLR PROCUREMENT OPS DSCC-ZI COC W5, Mechanicsburg, PA - OEM and Vendor Details: - OEM identified by Cage Code 53711 (commonly associated with Naval Shipyards or Naval Sea Systems Command) - Only authorized distributors of the original manufacturer are eligible to supply - Products Requested: - Cover Assembly, Drum - Part Number: 5544208 - Quantity: Not specified - Must be manufactured to the design of Cage Code 53711 - Unique/Notable Requirements: - No drawings or technical data are available; item must match OEM specifications - Marking must comply with MIL-STD-130 - Packaging must comply with MIL-STD-2073 - Evaluation will use Lowest Price Technically Acceptable (LPTA) criteria - Solicitation issued under SEPA-EAF Authority

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 Notes: x

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

Mandatory Use of Workflow Pro (WFP) Mod Assist Module Page: 1

Value Engineering (Jun 2020) Page: 3

Integrity of Unit Prices (Nov 2021) Page: 1

Equal Opportunity for Veterans (DEV 2026-O0040)(Feb 2026) Page: 4

Equal Opportunity for Workers with Disabilities (DEV 2026-O0040)(Feb 2026) Page: 4

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 Notes: x

Instructions to Offerors -- Competitive Acquisition (DEV 2026-O0048)(Mar 2026) Page: 2

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

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: ________ approx. 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) and the Commercial and Government Entity Code (CAGE) and the part number offered. Please provide an email address for follow-up communications. It is recommended 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 orders, contracts, and modifications at the EDA web tool located at the PIEE website. Register 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. 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 (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 to the Contracting Officer. 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 change purchase description; (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.

LPTA Evaluation Award evaluations will be made using the Lowest Price Technically Acceptable (LPTA) criteria per DFARS 215.101-2-70(a)(1)(i).

SEPA This solicitation is issued under SEPA-EAF Authority.

1. Scope This contract/purchase order contains requirements for manufacture and contract quality requirements for the COVER ASSEMBLY, DRUM.

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 COVER ASSEMBLY, DRUM furnished shall be the design represented by Cage Code(s) reference number(s): Cage _______ ref. no.; 53711; 5544208; 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130, REV N, 16 NOV 2012. 3.3 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 1: Part number change only - parts identical, notify NAVICP-MECH immediately. 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 part replaces old, old cannot replace new. Code 6: Part redesigned - parts not interchangeable.

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 and available for 365 days after final delivery.

5. Packaging 5.1 Preservation, Packaging, Packing and Marking - In accordance with Contract/Purchase Order Schedule and MIL-STD 2073 packaging as found elsewhere in the schedule.

6. Notes 6.1 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/. A. Cancelled documents required by private industry can be requested by phone. B. Commercial specifications and standards are obtained from publishers. C. Ordnance Standards and NAVORD OSTD 600 pages can be requested from Commander, Indian Head Division, Naval Surface Warfare Center. D. Requests for "Official Use Only" and "NOFORN" documents must be submitted via Defense Contract Management Command or PCO. E. NOFORN Military Specifications and Standards ordered from Contracting Officer, NAVSUP-WSS, Mechanicsburg, PA. F. Nuclear Reactor Publications ordered from Commanding Officer, NAVSUP-WSS, Mechanicsburg, PA. G. Technical Manuals ordered from Commanding Officer, NAVSUP-WSS, Philadelphia, PA. H. Interim Changes and Classified Specifications obtained by submitting DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1, all documents and drawings provided by the U.S. Navy to prospective contractors must include a "Distribution Statement" indicating distribution limits and safeguarding information. Distribution Statement Codes: 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. 6.3 Notice to Distributors/Offerors - Award consideration 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 SPRMM126QHC16

View original listing