Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2025 SAM #8704
SOLICITATION NOTICE

16 -- 16--ACTUATOR,ELECTRO-ME

Notice Date
9/23/2025 4:42:28 AM
 
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
SPRPA125REE60
 
Response Due
9/23/2025 11:00:00 AM
 
Archive Date
10/08/2025
 
Point of Contact
Telephone: 2157375619
 
E-Mail Address
MICHAEL.KNEBLE@DLA.MIL
(MICHAEL.KNEBLE@DLA.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|x|See Order|See Order| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEVING REPORT COMBO TYPE|2 IN 1|TBD|SPRPA1|TBD|TBD|TBD|BD|TBD|TBD|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 AFTER DATE OF FINAL DELIVERY|45 DAYS||||| 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|| 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|| INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (NOV 2021)|2||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| The purpose of this Amendment is to make the following changes: The required quantity is reduced from 19 each to 12 each. This Solicitation utilizes FAR part 13.5 Commercial clauses. FAR 52.212-4 and FAR 52.212-5 have been incorporated. Addendum to FAR 52.212-4 Contract Terms and Conditions Commercial Items Under paragraph ( a), ""Inspection and Acceptance"" add the following: 1. FAR Clause 52.246-2 Inspection of Supplies-Fixed Price applies as amended herein. All product audits performed at the discretion of the DCMA QAR must be conducted by witnessing contractor inspections or tests on a non-interference basis. (e.g., when advance notification is furnished of the time contractor inspections or tests will be performed, and that time arises and the QAR is unavailable, the contractor may proceed. Verification must then be accomplished by records review.) 2. The contractor must establish, implement, document and maintain a quality system that ensures conformance to all applicable requirements of ISO9001:2015 ""Quality Management Systems - Requirements /AS9100D ""Quality Management Systems - Requirements for Aviation, Space and Defense Organizations"" and a calibration system that addresses the elements of ISO-10012, ANSI/NCSL Z540.3 or an equivalent program approved by the Navy. 3. The government reserves the right to assess the contractor's compliance to its documented quality system throughout the performance of this contract. The quality system procedures, planning, and all other documentation, media, and data which comprise the quality system must be made available to the government for their review and use. The acceptance of non^conforming supplies is a prerogative of and shall be as prescribed by the government. The government reserves the right to disapprove the quality system or portions thereof when it fails to meet its intended objectives. 4. The contractor must not make any Class I engineering changes to the contract/purchase order items, including, but not limited to, the item's hardware, software or firmware, unless approved by the appropriate technical authority, and modified into the contract by the Procurement Contracting Officer (PCO). Class II engineering changes must be reviewed and concurred with by the designated Government representative. Guidance on how to submit a proposed engineering change may be obtained from the PCO. 5. The contractor must not deliver any item for acceptance by the Government that incorporates a known departure from technical or contractual requirements unless a request for variance has been approved. Authorized variances are a temporary departure from the requirements only and do not authorize a change to the item's configuration baseline. Critical and major variances must be approved by the appropriate technical authority and modified into the contract by the PCO prior to acceptance. Minor variances must be reviewed and concurred with by the designated Government representative ( e.g. DCMA) prior to acceptance. \ The purpose of this Amendment is to increase the total quantity from 18ea. to 19ea. The purpose of this Amendment is to increase the total quantity from 15ea. to 18ea. \ Drawings and technical date 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 N7 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 awards bedeleted from all non-CLSSAFMS 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 d definition at DFARS 211.274-1 states 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/461af28d39124dff8725399b304aa60d/view)
 
Record
SN07601203-F 20250925/250923230043 (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.