Opportunity

SAM #SPRPA126QUB16

Procurement of FAA-Certified SLAT BOX Sub-Assembly for Foreign Military Sales

Buyer

DLA Aviation Philadelphia

Posted

May 02, 2026

Respond By

May 18, 2026

Identifier

SPRPA126QUB16

NAICS

336413

DLA Aviation at Philadelphia is seeking newly manufactured SLAT BOX Sub-Assemblies for Foreign Military Sales. - Government Buyer: - Defense Logistics Agency (DLA) Aviation, Philadelphia, PA - Products/Services Requested: - SLAT BOX Sub-Assembly - Must be newly manufactured (no refurbished, remanufactured, or repaired items) - FAA-certified parts required - Must include FAA Form 8130-3 Airworthy Approval Tag - 12-month warranty for supplies of a noncomplex nature - Compliance with AS/EN/JISQ 9100 or equivalent quality standards - OEMs and Vendors: - No specific OEMs or vendors named in the solicitation - Distributors must provide an authorized distributor letter on source letterhead - Only government-approved sources eligible; offers from non-approved sources are technically unacceptable - Unique/Notable Requirements: - Drawings are not available - Procurement is for Foreign Military Sales (FMS) - Delivery to a domestic U.S. freight forwarder for shipment to the customer country

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|FMS CASE: CN-P-SAH, TAC: P598 (CANADA)|N52214.09| 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|| MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE|1|| 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|||||||||||| 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|||||||||||||| ROYALTY INFORMATION (APR 1984)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| Can only be procured only from suppliers who provide FAA-Certified parts which possess a FAA Authorized Release Certificate, FAA Form 8130-3 Airworthy Approval Tag. This Solicitation is being issued under EAF Authority formally known as SEPA. Per the PMA-290 IUID implementation plan, IUID is not required for commercial items because of "Traceability of the 737NG commercial common and P-8A noncore items have been captured and accounted for as a part of the parent end item recorded in the DoD IUID Registry." For items for which Government inspection and acceptance will be conducted at the source, DLAD clause 52.?-9004, Product Verification Testing, is incorporated by reference. DLAD clauses can be viewed at http://www.dla.mil/Acquisition/Pages/DLAD.aspx. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. Drawings are not available for this Request For Quote. Offerors are advised that offers received from sources which are not government-approved sources of supply will be deemed technically unacceptable, and therefore ineligible for award. Any distributors of approved sources MUST submit a copy of their authorized distributor letter, on the source letterhead, to the buyer point of contact indicated on the solicitation via email, at time of proposal submittal. All potential offers shall provide newly manufactured spares only. Refurbished, remanufactured, or repaired material will not be acceptable. Offers for such are ineligible for award. NAVSUP WSS Code N2 has determined that the requirements at DFARS 211.274 which mandates 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 tracking by DoD. \ Additional Links:See Solicitation SPRPA126QUB16

View original listing