Opportunity

SAM #SPRMM126RMD90

Procurement of MOTOR, ALTERNATING C (Part 5KS326NS129H) for DLA Maritime Mechanicsburg

Buyer

SPRMM1 DLA MECHANICSBURG

Posted

May 12, 2026

Respond By

June 11, 2026

Identifier

SPRMM126RMD90

NAICS

423690, 335312

DLA Maritime Mechanicsburg is seeking to procure a MOTOR, ALTERNATING C for use in government operations. - Government Buyer: - Defense Logistics Agency (DLA) Maritime Mechanicsburg - OEMs and Vendors: - OEM identified by Cage Code 20019 (manufacturer of part number 5KS326NS129H) - Vendors must be authorized distributors of the OEM - Products/Services Requested: - MOTOR, ALTERNATING C - Part number: 5KS326NS129H - Cage Code: 20019 - Quantity: Not specified - Unique or Notable Requirements: - No technical data or drawings are available; only authorized distributors of the OEM may supply - Item must be marked in accordance with MIL-STD-130, REV N - Packaging must comply with MIL-STD 2073 - Inspection and acceptance will occur at government facilities - Place of Performance/Delivery: - DLA Maritime Mechanicsburg, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788

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 STOP-WORK ORDER (AUG 1989) 1 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 INVOICE AND RECEIVING REPORT (COMBO) TBD SPRMM1 X X X X X X X X X MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 VALUE ENGINEERING (JUN 2020) 3 INTEGRITY OF UNIT PRICES (NOV 2021) 1 EQUAL OPPORTUNITY FOR VETERANS (DEV 2026-O0040)(FEB 2026) 4 SMALL BUSINESS SUBCONTRACTING PLAN (DEV 2026-O0037)(FEB 2026) 4 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040)(FEB 2026) 4 TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024) 2 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 CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015) 1 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA-MODIFICATIONS (DEV 2026-O0048)(MAR 2026) 7 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 335312 1250 _________________________________________________________ ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026) 13 X X X X COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEV 2026-O0006)(FEB 2026) 1 REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018) 1 email to james.fleniken@dla.mil TYPE OF CONTRACT (DEV 2026-O0045)(MAR 2026) 1 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENERGY PROGRAM USE (APRIL 2008) 2 X ONLY ONE OFFER (DEVIATION 2026-O0048)(MAR 2026) 1 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 CD 2026-O0048 215.103-2. This solicitation is being issued under SEPA-EAF Authority. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the MOTOR, ALTERNATING C. 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

View original listing