Opportunity
SAM #SPRMM126QHC26
DLA Maritime Mechanicsburg Solicitation for Mercury-Free Radio Frequency Filters
Buyer
SPRMM1 DLA MECHANICSBURG
Posted
May 05, 2026
Respond By
April 27, 2026
Identifier
SPRMM126QHC26
NAICS
334419, 423690
This opportunity from DLA Maritime Mechanicsburg seeks the supply of a Filter, Radio Frequency for military applications. - Government Buyer: - Defense Logistics Agency (DLA) Maritime Mechanicsburg, Department of Defense - OEMs and Vendors: - CAGE 13675 (part number WF10113) - CAGE 20950 (part number SE-15-F) - Only authorized distributors of the OEM's item are eligible; proof of authorization required - Products Requested: - Filter, Radio Frequency - Part numbers: WF10113 (CAGE 13675), SE-15-F (CAGE 20950) - Quantity not specified - Unique/Notable Requirements: - Strict mercury-free requirement due to use on submarines and surface ships - Compliance with MIL-STD-130 for marking - Compliance with MIL-I-45208 or ISO 9001/9002 for quality assurance - No technical drawings or data available; must supply OEM item - Inspection and place of performance to be specified at award - Place of Performance/Delivery: - DLA Maritime Mechanicsburg, 5450 Carlisle Pike, Mechanicsburg, PA - Intended for military maritime use; quality and marking standards emphasized
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 2 INSPECTION AND ACCEPTANCE - SHORT VERSION 8 x x WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 INVOICE AND RECEIVING REPORT (COMBO) tbd SPRMM1 TBD TBD TBD TBD TBD TBD TBD TBD MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024) 11 SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026) 2 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEV 2026-O0037)(FEB 2026) 1 SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026) 7 SMALL BUSINESS PROGRAM REPRESENTATIONS (DEV 2026-O0037)(FEB 2026) 20 334419 750 ........................................................................................................ ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026) 13 X X X ........................................................................................................ NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APRIL 2008) 2 X 1. All contractual documents (i.e., contracts, purchase orders, task orders, Delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the government when copies are either deposited in the mail, transmitted by facsimile, or sent by other 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. 2. Drawings or technical data are not available for this item. 3. Delivery days______aro. 4. Offer valid for __ days. 5. When submitting quotes via Electronic Data Interchange (EDI), make sure you specify any exceptions (i.e., Mil specs/standards, packaging, Inspection & Acceptance (I&A), packaging houses etc.) or follow up with a hardcopy of the exceptions. If nothing is indicated or received, award will be based upon solicitation requirements. Changes or requests for changes after award will have consideration costs deducted on modifications. 6. If you are not the manufacturer of the material you are offering, you MUST state who the Original Equipment Manufacturer (OEM) is — Commercial and Government Entity Code (CAGE) code — and the part number you are offering. 7. Please provide an email address for follow-up communications. __________________________________________________________ 8. It is recommended that vendors provide contact information to NAVSUP Weapon System Support (WSS) Mechanicsburg in order 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 these notifications, contact: NAVSUPWSS code 025, procurement systems design and contract support division via email at NAVSUPWSSITIMPHelpdesk@navy.mil. Please include the following information with your request: CAGE code, company name, address, and Point-of-Contact (POC) with phone number and email address. 9. Contractors can view their orders, contracts, and modifications at the EDA web tool. This web tool is located at the PIEE website. It is recommended that the contractor register for EDA at https://piee.eb.mil/. Click on new user and registration. Any order resulting from this Request for Quotation will require electronic submittal of Invoice and Receiving Report (COMBO) through PIEE-WAWF. 10. The following DLA Procurement Notes are applicable to this requirement: E06 Inspection and Acceptance at Source (JUN 2018) 11. INSPECTION OF MATERIAL WILL BE AT (CAGE & ADDRESS): _________________________________________________________ INSPECTION OF PACKAGING AND FINAL ACCEPTANCE OF MATERIAL WILL BE AT (CAGE & ADDRESS): ___________________________________________________________ 12. UCF SECTION F PRODUCTION FACILITY CHANGES (a) The performance of any of the work contracted for in any place other than that named in the contract is prohibited unless specifically approved by the Contracting Officer. Written requests for a change in production facilities must be submitted in writing to the Contracting Officer. Changes in production facilities may be approved, provided: (1) Performance by small business or in labor surplus areas as required by the contract will not be changed; (2) The change will not cause a delay in delivery or necessitate a change in the purchase description; (3) The free on board (f.o.b.) point is not changed; and (4) Each request is supported by a price reduction of $250.00 to cover the Government's administrative costs to process the change. (b) The Government reserves the right to deny approval even if these four elements are met. Award evaluations will be made using the Lowest Price Technically Acceptable (LPTA) criteria per DFARS 215.101-2-70(a)(1). ........................................................................................................ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the FILTER, RADIO FREQUENCY. 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1