SOLICITATION NOTICE
48 -- 01-421-0153, Valve, Solenoid
- Notice Date
- 9/25/2025 8:38:57 AM
- Notice Type
- Presolicitation
- NAICS
- 332911
— Industrial Valve Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MC25R0023
- Response Due
- 11/10/2025 8:59:00 PM
- Archive Date
- 11/25/2025
- Point of Contact
- Mandy Phipps-Kuhlman
- E-Mail Address
-
mandy.phipps-kuhlman@dla.mil
(mandy.phipps-kuhlman@dla.mil)
- Description
- Item Description: valve, solenoid National Stock Number (NSN): 4810-01-421-0153 This is a Manufacturer�s Code and Part Number procurement. Specifications, plans or drawings are not available. This acquisition is for supplies for which the Government does not possess complete, unrestricted technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(a)(1). Approved Source: Cepeda Associates, Inc. (60756) p/n 15175. Quantity: 249 EA Quantity Ranges included as follows: R1: 1-100 EA R2: 101-200 EA R3: 201-300 EA R4: 301-400 EA Unit of issue: EA Inspection/Acceptance: At Destination FOB: At Origin IAW First Destination Transportation Delivery schedule: 365 days All responsible sources may submit an offer/quote which shall be considered. The solicitation will be available in DIBBS on its issue date on or after 10/10/2025. This solicitation will be available on the Internet at https://www.dibbs.bsm.dla.mil/ . Due to system constraints, it may take as long as three business days from the stated issue date for the solicitation to post to DIBBS. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Procurement Item Description Text: VALVE, SOLENOID RP001: DLA Packaging Requirements for Procurement RA001: This document incorporates technical and/or quality requirements (identified by an �R� or an �I� number) set forth in full text in the DLA Master List of Technical and Quality Requirements found on the web at: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx For simplified acquisitions, the revision of the Master in effect on the solicitation issue date or the award date controls. For large acquisitions, the revisions of the Master in Effect on the RFP issue date applies unless a solicitation amendment incorporates a follow-on revision, in which case the amendment date controls. RQ002: Configuration Change Management � Engineering Change Proposal Request for Variance (Deviation or Waiver) RQ011: Removal of Government Identification from Non-accepted Supplies Mercury or mercury containing compounds shall not be intentionally added to or come in direct contact with any hardware or supplies furnished under this contract. Exception: Functional mercury used in batteries, fluorescent lights, requirements instruments; sensors or controls; weapon systems; and chemical analysis reagents specified by NAVSEA. Portable fluorescent lamps and portable instruments containing mercury shall be shock proof and contain a second boundary of containment of the mercury or mercury compound (I/A/W NAVSEA 5100-003D). NOTE: This is a restricted source item and requires engineering source approval by the government design control activity. Alternate Offer Requirements: The following documentation is required in accordance with MIL-T-31000. (A) All drawings and specification required for manufacture. (B) Process/operation sheets which describe in detail each critical process and associated inspection/acceptance criteria. (C) Identification of sources who will perform critical processes/operations, including sources of forgings and castings. (D) If available, copies of purchase orders from the item. (E) A shock extension report in accordance with MIL-S-901 and in a format as specified in DI- ENVR-80706 is required. If the OEM�s detailed drawings are not available, the offeror must supply an engineering analysis report which details how their drawings were developed. Additionally, if reverse engineering was used, the complete procedure will be reported including number of samples, methods and measures used, all data complied, rational for dimension tolerance deviation, and rationale for acceptance. This data will be forwarded to the engineering support activity for evaluation. Critical Application Item Cepeda Associates, Inc. (60756) P/N 15175 Packaging Text: PKGING DATA - MIL-STD-2073-1E QUP: 001 PRES MTHD: 31 CLNG/DRY:1 PRESV MAT:00 WRAP MAT: 00 CUSH/DUNN MAT: NA CUSH/DUNN THKNESS: C UNIT CONT: ED OPI: M INTRMDTE CONT: E5 INTRMDTE CONT QTY: 004 PACK CODE: U Marking shall be in accordance with MIL-STD-129. SPECIAL MARKING CODE: 00-00 No special marking Palletization shall be in accordance with RP001: DLA Packaging Requirements for Procurement. ZZ-Additional Special Marking: Export Controlled Item. Special markings Required Per MIL-STD-129, Paragraph 4.4.3.14: The item description (nomenclature) shall be omitted from the MIL-STD-129 label for all shipping containers. 40 - omission of marking for sensitive, controlled or pilferable items per MIL-STD-129.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5af85deab4ab474cbb17a087d1af70f9/view)
- Place of Performance
- Address: Columbus, OH, USA
- Country: USA
- Country: USA
- Record
- SN07604801-F 20250927/250925230049 (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 |