Opportunity
SAM #SPRPA126QRB42
Solicitation for Hydraulic Pump Spares by DLA Aviation Philadelphia
Buyer
DLA Aviation Philadelphia
Posted
May 06, 2026
Respond By
May 04, 2026
Identifier
SPRPA126QRB42
NAICS
336413, 333996
DLA Aviation Philadelphia is requesting offers for newly manufactured hydraulic pump spares for foreign military sales. - Government buyer: - Defense Logistics Agency (DLA) Aviation at Philadelphia, PA - Products/services requested: - Hydraulic pump spares - Must be newly manufactured (no refurbished, remanufactured, or repaired items) - No specific OEMs or part numbers provided - Government source approval required - Distributor authorization letters must be submitted with proposals - No technical data or drawings available - Unique or notable requirements: - Compliance with ISO 9000 or equivalent quality standards - Exclusion from DoD item unique identification marking - Delivery to a domestic U.S. freight forwarder for shipment to a foreign military sales customer - Assets are wholly owned by the FMS customer and will not enter the DoD supply chain
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||X|ISO 9000 or equivalent||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3||P28A|N52212.08| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)|INVOICE 2 IN 1|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||||| 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| This solicitation is being issued under Emergency Acquisition Flexibilities (EAF), formerly known as SEPA. Drawings and technical data are not available for this solicitation/requirement. This requirement requires Government source approval. Quotes/proposals received from sources which are not Government-approved sources of supply will be deemed technically unacceptable, and therefore ineligible for award. Quotes/proposals from dealers/distributors for government approved source(s) MUST submit a copy of their authorized distributor letter (on the actual manufacturer?s letterhead) to the buyer/point of contact indicated on the solicitation via email, at time of quote/proposal submittal. NAVSUP WSS Code N2 has determined that the requirements at DFARS 211.274 whichmandates the use of DFARS clause 252.211-7003 "Item Unique Identification and Valuation" in all solicitations and contracts, be deleted from all non-CLSSAFMS spares requirements processed by NAVSUP WSS and DLA-Aviation. The affected parts are wholly owned by FMS customer countries, arenot covered by a Cooperative Logistics Supply Support Arrangement (CLSSA), thesesame 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 needfor these non-CLSSA FMS country assets to be specially marked for tracking by DoD. 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. 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 source(s) MUST submit a copy of their authorized distributor letter, on the source?s letterhead, to the buyer point of contact indicated on the solicitation via email, at time of proposal submittal. \ Additional Links:See Solicitation SPRPA126QRB42