Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2025 SAM #8700
SOLICITATION NOTICE

16 -- 16--MODE CONTROL PANEL

Notice Date
9/19/2025 12:15:41 PM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA125REB74
 
Response Due
10/20/2025 11:00:00 AM
 
Archive Date
11/04/2025
 
Point of Contact
Telephone: 2157373832
 
E-Mail Address
MARY.LINDSAY@DLA.MIL
(MARY.LINDSAY@DLA.MIL)
 
Description
CONTACT INFORMATION|4|APBA.29|P8|267-660-8079|Mary.Lindsay@dla.mil| COMMERCIAL PRODUCT PROCUREMENT NOTICE|5|||||| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||x|ISO9001||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001AA|1|365|0001AB|2|365|||||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3||P937|theodore.j.haag.civ@us.navy.mil Code:N52214.03| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (combo)||TBD|SPRPA1|TBD|TBD|TBD|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|365 days|45 days after discovery of defect||||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1|| ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED PRODUCTS (MAY 2008))|1|| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA --MODIFICATIONS (NOV 2021))|7|||||||| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION 2025-O|81|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| CUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION|16||||||||||||||||| SERVICES (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|336413|1250||||||||||| COST ACCOUNTING STANDARD NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| FACSIMILE PROPOSALS (OCT 1997)|1|| REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018)|1|email| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA (MAY 2024))|1|| EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)|4||||| 1. Scope: This solicitation is for the procurement of aircraft components that are determined to be commercial items in accordance with FAR 2.101 and FAR Part12. Offerors shall provide components that are currently in production andoffered in the commercial marketplace, or that have been offered for sale,lease, or license to the general public or non-governmental entities. 2. Applicable Regulations: This acquisition shall be conducted in accordancewith: FAR Part 12 - Acquisition of Commercial Products and Commercial Services FAR Part 13/15, as applicable (based on dollar value or acquisition method) DFARS 212, as applicable for Department of Defense requirements 3. Commercial Item Determination: Offerors shall provide documentation supporting the commerciality of the offered item(s), which may include: Sales history or catalog pricing. Copies of sales invoices or redacted purchase orders to non-governmentcustomers. Published price lists or marketing materials. 4. Technical Requirements Offered components must meet the Government's form, fit, and functionrequirements. Submissions must include datasheets, drawings, or specifications thatdemonstrate compliance with performance requirements outlined in the technicaldescription. Any deviation from the stated technical requirements must be clearly identified and justified. 5. Certification and Traceability Vendors must certify that all components are new, unused, and conform tocommercial standards. Traceability documentation shall be provided to verify the supply chain fromthe original manufacturer to the vendor. Documentation may include FAA Form 8130-3, Certificate of Conformance, PartManufacturer Approval (PMA) Documentation or equivalent. Authorized Release Certificate Requirement - FAA Form 8130-3 All components delivered under this contract shall be accompanied by a properlyexecuted FAA Form 8130-3 Authorized Release Certificate. For new (spare) components, the 8130-3 shall be issued by an FAA-approvedproduction approval holder (PAH) and certify that the item conforms toFAA-approved design data and is in a condition for safe operation (Block 11a). The 8130-3 must: Include the correct part number, serial number (if applicable), and contract/purchase order number and be completed legibly and in accordance with current FAA guidance(e.g., FAA Order 8130.21 series) 6. Delivery and Packaging Items shall be packaged in accordance with standard commercial practices thatprevent damage during transit and storage unless otherwise specified. All shipments must be traceable and include packing lists identifying partnumber, nomenclature, quantity, and contract number. 7. Warranty and Support A standard commercial warranty must be provided. Warranty terms must be at least equal to those provided to the vendor'scommercial customers and must include workmanship and replacement parts. Technical support must be available during the warranty period. 8. Marking and Labeling Components must be labeled with the part number, manufacturer's name or CAGEcode, and lot or serial number (if applicable). 9. Contract Data Requirements No military-unique Contract Data Requirements List (CDRL) will apply unlessexplicitly identified. Commercial documentation shall suffice unless otherwisenegotiated. This Solicitation is being issued under EAF Authority formally known as SEPA. For items for which Government inspection and acceptance will be conducted at the source, DLAD clause 52. 52.246-9004, Product Verification Testing, isincorporated 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, isincorporated 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 MUSTsubmit 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 solicitationsand contracts, be deleted from all non-CLSSA FMS spares requirements processedby NAVSUP WSS and DLA-Aviation. The affected parts are wholly owned by FMScustomer countries and are not covered by Cooperative Logistics Supply SupportArrangement (CLSSA), these same assets will be delivered to the customercountry 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 FMSassets and will never be delivered to DoD. The assets are delivered to adomestic U.S. freight forwarder who is under contract by the FMS customer toship 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 andwill never be entered into the DoD supply chain. Based on this, there is no need for these non-CLSSA FMS country assets to bespecially marked for tracking by DoD. POC: theodore.j.haag.civ@us.navy.mil Code:N52214.03 P/N: 822-1567-104 NSN: 1680016525951 Ship To MAPAC: DGY004 GermanyP-8 NAVAL SYSTEMS INC. (904) 248-4300, EXT. 4307 8100-4 WESTSIDE INDUSTRIALDRIVE JACKSONVILLE, FL 32219 MARK FOR: DGYY00 GERMAN ARMED FORCES COMMANDUSA-CAN POC: CONTROL MASTER 703-390-3381 DULLES INTERNATIONAL AIRPORT 23745AUTOPILOT DRIVE DULLES, VA 20166-7629 CASE: GY-P-SCO TAC: P937 SUPPADD: DZ4SCO
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f3986d2362284a9a9d3a076158621cae/view)
 
Record
SN07598153-F 20250921/250919230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.