Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

16--PISTON AND PLUNGER,

Expired
SPE4A518T5261Federal
General Info

Agency

N/A

NAICS

336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing

View NAICS

Place of Performance

Not specified

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Combined Synopsis

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyN/A
ContactsNo contacts available
OfficeN/A
Organization / Agency
N/A
Office Address

N/A

Contacts

No contact information available

Full Description
Show more
Proposed procurement for NSN 1650003215590 PISTON AND PLUNGER,: Line 0001 Qty 79.00 UI EA Deliver To: DLA DISTRIBUTION DEPOT HILL By: 0058 DAYS ADOApproved source is 81873 3151-107. The solicitation is an RFQ and will be available at the link provided in this notice. Hard copies of this solicitation are not available. Specifications, plans, or drawings are not available. All responsible sources may submit a quote which, if timely received, shall be considered. Quotes may be submitted electronically.

Similar Contracts

NAICS: 336413
New
Federal

TIE DOWN, CARGO, AIRC

The contract calls for the procurement of 650 units of the cargo tie-down device, part number CGU-3/E, compliant with MIL-DTL-25959J specifications. Manufactured by Spencer Industries Inc. and Davis Aircraft Products Co., the items do not have a shelf life requirement and are designated as critical application items. Delivery is required within 166 days from the award date, with an original delivery deadline set for April 4, 2027, and shipments to be FOB origin to the DLA Distribution facility in New Cumberland, Pennsylvania. Packaging, preservation, and marking must adhere to MIL-STD-2073-1E and MIL-STD-129 standards, with strict prohibition on the use or contact of mercury and mercury compounds unless functionally required under specified exceptions. Inspection and acceptance will be performed at origin, employing sampling methods compliant with MIL-STD-1916 or equivalent standards, ensuring rigorous quality control consistent with Defense Logistics Agency’s master technical and quality requirements. The contract includes detailed configuration and change management provisions, stipulating requirements for identification, removal of government markings from non-accepted supplies, and quality assurance tailored for both manufacturers and non-manufacturers. No quantity variance is permitted, and packaging must meet DLA packaging requirements, including defined cushioning and preservation methods. The solicitation and award process adheres to the DLA Master List of Technical and Quality Requirements current as of the solicitation issue date. The delivery and shipping instructions are clearly outlined, emphasizing compliance with specific DLAD procurement notes for transportation to ensure secure and timely arrival. The contract is managed by the ASC Commodities Division under the Department of Defense, with designated points of contact provided for technical or administrative matters.

ASC COMMODITIES DIVISION

POSTED

about 13 hours ago

DEADLINE

in 7 days

View Details
NAICS: 336413
New
Federal

PUSH-PULL ROD ASSY

The contract involves the procurement of three units of a Push-Pull Rod Assembly, identified under NSN 1680-01-163-7587, with a delivery requirement set for July 25, 2027. This acquisition is governed by strict technical and quality control requirements as outlined in the DLA Master List of Technical and Quality Requirements, which supersede standard packaging and handling protocols such as ASTM D3951. The contract mandates compliance with multiple quality and documentation standards, including source approval, configuration change management, packaging in accordance with MIL-STD-129, and tailored higher-level contract quality standards. Inspection and acceptance are designated to occur at the destination with zero tolerance for quantity variance. The contract specifies the use of MIL-STD-1916 or ASQ H1331 sampling methods with assigned verification levels for critical, major, and minor attributes, ensuring rigorous quality assurance. Cybersecurity requirements are addressed through a CMMC Level 2 self-assessment. The purchasing and shipping are managed through the Defense Logistics Agency, with distribution centralized at the DDSP New Cumberland Facility in Pennsylvania. The document further includes clauses for physical identification markings and excludes the need for Item Unique Identification at the service customer’s request. The contract references detailed packaging, documentation, and inspection procedures to maintain compliance throughout the acquisition process.

ASC COMMODITIES DIVISION

POSTED

about 13 hours ago

DEADLINE

in 7 days

View Details
NAICS: 336413
New
Federal

RAIL, AIRFRAME, AIRCR

This contract pertains to the procurement of a single unit of a rail component for an airframe, designated by NSN 1560-01-580-4089, with a required delivery within 20 days, FOB origin, to an Army Aviation facility located in Reno, Nevada. The solicitation, issued by the Department of Defense, specifically through the ASC Supplier Operations OEM Division, incorporates stringent technical and quality requirements aligned with DLA Master List provisions, ISO 9001:2015 standards, and packaging mandates including MIL-STD-129 and ASTM D3951. Additionally, cybersecurity controls such as a CMMC Level 2 self-assessment are enforced, and sampling inspection will be conducted per MIL-STD-1916 or comparable zero-based plans ensuring high-quality assurance, with detailed stipulations on the marking, packaging, and handling of potential hazardous materials. The contract specifies zero tolerance for quantity variance, mandates destination inspection and acceptance, and requires shipment by fastest traceable means, explicitly excluding parcel post. Identification removal policies conform to DFARS guidelines, and while item unique identification is waived at the request of the service customer, strict compliance with DLA packaging and test measurement requirements is necessary. The item will be delivered to a specified receiving point within 20 days, under a clearly defined freight shipping address, with government oversight for quality and compliance. Coordination and queries are directed to a government point of contact, with procurement managed through the integrated governmental system, ensuring adherence to defense acquisition regulations and standards.

ASC SUPPLIER OPER OEM DIVISION

POSTED

about 13 hours ago

DEADLINE

in 7 days

View Details
NAICS: 336413
New
Federal

PLATE, STRUCTURAL, AI

The contract pertains to the procurement of a structural plate identified by NSN 1560-01-300-3407 and part number L1700107-004, with a quantity of one unit requested under Purchase Request 7015812311. The contract is issued under solicitation number SPE4A6-26-T-957U by the Department of Defense’s ASC Commodities Division and specifies delivery within five days to Tinker Air Force Base, Oklahoma. Inspection and acceptance of the material will occur at the destination. Packaging and marking requirements adhere strictly to the DLA Master List of Technical and Quality Requirements, MIL-STD-129 for labeling, and packaging standards outlined in FED-STD-313 and ASTM D3951, with special instructions for hazardous materials packaging if applicable. Additionally, pallets must conform to DLA packaging requirements for procurement. The contract emphasizes the use of DoD authorized units and includes access to technical documents and updates via the DLA website. Shipment is required by the fastest traceable means—not parcel post—with designated addresses for parcel post and freight at Tinker AFB. The contract also identifies specific points of contact and incorporates quality and technical provisions designated by codes RA001, RP001, RQ011, and RQ017, which govern packaging, identification, and removal of government markings on rejected supplies. The contract’s final delivery date is March 6, 2026, with a response deadline of March 23, 2026, ensuring compliance with all stipulated standards and timely fulfillment.

ASC COMMODITIES DIVISION

POSTED

about 13 hours ago

DEADLINE

in 7 days

View Details