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

59--CABLE ASSEMBLY,RADI

Expired
SPE4A626U1687Federal
AI Contract Overview
Show more

This contract solicitation involves the procurement of nine units of the cable assembly, radi (NSN 5995012931458), with deliveries required within 58 days after the order date. The contract is set as an Indefinite Delivery Contract (IDC) with a one-year term or until the total value of orders reaches $350,000. Only one order is estimated to be placed during the contract period, with a guaranteed minimum quantity of one unit. Deliveries will be made to various Defense Logistics Agency (DLA) depots across the continental United States and overseas through consolidation and containerization points. Approved suppliers include two specific sources identified by their codes. The procurement is being conducted through a Request for Quotation (RFQ) that is exclusively available online, and all interested, responsible small businesses are encouraged to submit electronic quotations by the deadline of February 23, 2026. This acquisition is a total small business set-aside under the North American Industry Classification System (NAICS) code 334419. The contract is managed by the DLA Aviation office based in Richmond, Virginia, and questions regarding the solicitation can be directed via email to the designated point of contact. No specifications, plans, or drawings are provided with the solicitation document.

General Info

Procurement of nine cable assemblies, one-year IDC, $350K max, small business set-aside, delivery in 58 days.

Agency

Department Of Defense → DLA Aviation

View Agency

NAICS

334419 - Other Electronic Component Manufacturing

View NAICS

Place of Performance

VA

Set-Aside

SBA
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
AgencyDepartment Of Defense → DLA Aviation
Contacts1 person available
OfficeRICHMOND, VA, 23237, USA
Organization / Agency
Department Of Defense → DLA Aviation
View Agency Profile
Office Address

RICHMOND, VA, 23237, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
Proposed procurement for NSN 5995012931458 CABLE ASSEMBLY,RADI: Line 0001 Qty 9 UI EA Deliver To: By: 0058 DAYS ADO This Solicitation may result in an Automated IDC (Indefinite Delivery Contract). The term of the contract/order will be one year or until the aggregate total of orders placed against the contract/order reach 350000.00. The estimated number of orders per year is 1. The Guaranteed Minimum quantity will be 1. Items will be shipped to various CONUS and OCONUS (via consolidation and containerization point) DLA Depots. Approved sources are 04939 717740082-319; 52214 F142PW0220L. 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 must be submitted electronically.

Similar Contracts

NAICS: 334419
New
Federal

NRP, ADAPTER, PROTRAC

This contract covers the procurement of one unit of an NRP adapter part number 4920-01-604-0913, with a delivery requirement of five days to the destination at Point Mugu Naval Air Warfare Center, CA. The contract incorporates specific technical and quality standards as outlined in the Defense Logistics Agency (DLA) master list, with packaging and labeling details adhering to MIL-STD-129 and ASTM D3951 or DLA packaging requirements. Inspections and acceptance will occur at the destination. The contract emphasizes strict adherence to sampling methods based on MIL-STD-1916 or ASQ H1331 and imposes cybersecurity compliance with CMMC Level 2 self-assessment standards. Additionally, government identification removal for non-accepted supplies and physical bare item marking are mandated per drawing specifications. The ordering agency is the Department of Defense through the ASC Supplier OEM Division, with the solicitation issued in March 2026 and a response deadline within eight days. The contract details no quantity variance, requires shipment by the fastest traceable means (excluding parcel post), and specifies unit pricing with clear shipping and freight addresses to the Point Mugu facilities. The contract includes comprehensive quality assurance provisions and compliance with defense-related cybersecurity requirements, underscoring rigorous government standards for delivery, inspection, and packaging of this procurement item.

ASC SUPPLIER OPER OEM DIVISION

POSTED

1 day ago

DEADLINE

in 7 days

View Details
NAICS: 334419
New
Federal

REMOVAL ASSEMBLY

This contract solicits the procurement of one removal assembly, identified by NSN 4920-01-661-7264, to be delivered within five days after date of order to Camp Pendleton. It is managed by the Aviation Supply Chain ESOC under the Department of Defense, with a solicitation number SPE4A0-26-T-2108 and a response deadline of March 20, 2026. The contract requires compliance with several technical and quality standards as outlined in the DLA Master List, including cybersecurity measures aligned with CMMC Level 2 certification and physical identification or marking requirements. The removal assembly must conform to specific defense packaging and handling protocols, including the removal of government identification from non-accepted supplies and export control restrictions governed by ITAR, EAR, and DFARS regulations. The handling of export-controlled technical data is tightly regulated; contractors must have an approved US/Canada Joint Certification Program certification and complete required training before accessing such data. Item Unique Identification is not required, per the customer's request. The solicitation emphasizes adherence to covered defense information protection, appropriate data distribution controls, and compliance with established cybersecurity and export controls. The designated point of contact for this procurement is Danita Davis, reachable via email or phone.

AVIATION SUPPLY CHAIN ESOC BUYS

POSTED

1 day ago

DEADLINE

in 7 days

View Details