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

6013 - MOTOR, DIRECT CURRENT

Expired
SPE7M1-26-T-6013Federal
AI Contract Overview
Show more

The contract solicits quotations for the procurement of direct current motors, identified under NSN 6105013148602 and PR number 7014655247, issued by the Defense Logistics Agency (DLA) Land and Maritime Supply Chain based in Columbus, Ohio. The solicitation, numbered SPE7M1-26-T-6013, was posted on February 18, 2026, and sets a response deadline of March 2, 2026. It is a total small business set-aside under NAICS code 335312, encouraging participation from qualified small businesses. The contract requires delivery within 64 days, with FOB Origin terms and inspection and acceptance at the destination point. Tara Halter serves as the primary point of contact for the contract. The solicitation includes adherence to numerous federal regulations and clauses from FAR and DFARS, including cybersecurity requirements consistent with NIST SP 800-171, hazardous materials handling, and transportation mandates. It mandates compliance with domestic sourcing laws such as the Berry Amendment and the Buy American Act, ensuring materials and components meet U.S. origin standards. Additionally, the contract outlines explicit packaging, labeling, and shipment instructions to maintain quality and compliance throughout delivery. Quotations must be submitted via the DLA Internet Bid Board System (DIBBS), and the contract is governed by the DLA Master Solicitation for Automated Simplified Acquisitions Revision 103 dated February 1, 2026.

General Info

Solicitation for small business DC motor procurement, FOB origin, domestic sourcing, deadline March 2, 2026.

Agency

DLA LAND AND MARITIME MARITIME SUPPLY CHAIN → Defense Logistics Agency

NAICS

335312 - Motor and Generator Manufacturing

View NAICS

Place of Performance

Not specified

Set-Aside

SBA
Documents(1)

RFQ SPE7M1-26-T-6013 for DLA Maritime Supply Chain

PDF26 pagesrfq

AI Contract Breakdown
Uniform Contract Format

What is UCF?

Uniform Contract Format (UCF) uses AI to break down any contract into standardized sections—scope, pricing, deliverables, and evaluation criteria.

Timeline
PhaseClosed
Posted

Solicitation

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
AgencyDLA LAND AND MARITIME MARITIME SUPPLY CHAIN → Defense Logistics Agency
Contacts1 person available
OfficeCOLUMBUS, OH, 43218-3990
Organization / Agency
DLA LAND AND MARITIME MARITIME SUPPLY CHAIN → Defense Logistics Agency
Office Address

COLUMBUS, OH, 43218-3990

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
Request for Quotations for MOTOR,DIRECT CURRENT under PR: 7014655247, NSN/MATERIAL:6105013148602. This solicitation is issued by DLA LAND AND MARITIME MARITIME SUPPLY CHAIN, PO BOX 3990, COLUMBUS OH 43218-3990 USA. The buyer is Tara Halter, Buyer Code: PMCM2LR, Tel: 614-692-9227, Email: Tara.Halter@dla.mil. Delivery is required within 64 days, FOB Origin, Inspection and Acceptance at Destination. The contract incorporates various FAR and DFARS clauses including cybersecurity, hazardous materials, and transportation requirements. The NAICS code is 335312. The contract includes provisions for small business set-asides and compliance with domestic material restrictions such as the Berry Amendment and Buy American Act. The contract also includes detailed packaging, labeling, and shipping instructions, and requires compliance with NIST SP 800-171 cybersecurity standards.

Similar Contracts

NAICS: 335312
New
Federal

CONTROLLER SERVO

This contract is a firm-fixed-price solicitation issued by the Department of Defense for the repair of CONTROLLER SERVO units, managed through NAVSUP Weapon Systems Support Mechanic in Mechanicsburg, PA. The Government requires adherence to strict quality assurance and inspection criteria, including Government Source Inspection (GSI), and mandates compliance with detailed repair standards based on manufacturer’s manuals and applicable military specifications, such as MIL-STD-130 and IPC J-STD-001. The contractor must meet a Repair Turnaround Time (RTAT) of 180 days measured from physical receipt of assets as recorded in the Commercial Asset Visibility (CAV) system, with penalties enforced for delays beyond this period unless excused by government delay. The contract also allows the Government to exercise an option to increase quantities under the same terms and delivery pace. The submission must include detailed pricing information, RTAT commitments, and any capacity constraints if the required RTAT cannot be met. The contractor must provide documentation for any design or part substitutions and maintain thorough records of inspections for one year after final delivery. Packaging and marking must comply with MIL-STD 2073 and other contract specifications. The contract calls for attention to certain regulatory requirements, including Buy American and trade agreement certifications, security provisions, and small business subcontracting plans. Overall, the contract emphasizes rigorous quality control, timely repair, and proper documentation to ensure operational readiness of the NAVSUP supply chain for these critical components.

Navsup Weapon Systems Support Mech

POSTED

1 day ago

DEADLINE

in 14 days

View Details