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

6509 - HOSE ASSEMBLY, NONMETALLIC

Expired
SPE7M4-26-T-6509Federal
AI Contract Overview
Show more

The contract solicitation SPE7M4-26-T-6509 issued by the Defense Logistics Agency (DLA) Land and Maritime Fluid Handling Division seeks quotations for the procurement of 51 units of nonmetallic hose assemblies (NSN: 4720-01-514-5228). The solicitation, posted on February 10, 2026, is designated as a Total Small Business Set-Aside under FAR part 19.5, targeting businesses classified under NAICS code 313320. Responses are due by February 20, 2026, with delivery required within 103 days of award. The procurement emphasizes adherence to domestic sourcing regulations, including the Berry Amendment and Buy American Act, ensuring all materials comply with these domestic restrictions. Submissions are to be made electronically via the Defense Logistics Agency's Internet Bid Board System (DIBBS). The solicitation incorporates standard federal acquisition regulations, including FAR and DFARS clauses relevant to this purchase. The point of contact for this solicitation is Blake Tushar, who can be reached at the DLA office in Columbus, Ohio. This solicitation is also identified as a candidate for automated award, streamlining the acquisition process. Overall, the contract focuses on acquiring vital fluid handling components for federal use, supporting small businesses, and maintaining compliance with federal procurement policies.

General Info

Procurement of 51 nonmetallic hose assemblies, total small business set-aside, delivery in 103 days.

Agency

DLA LAND AND MARITIME FLUID HANDLING DIVISION

NAICS

313320 - Fabric Coating Mills

View NAICS

Place of Performance

Not specified

Set-Aside

SBA
Documents(1)

RFQ SPE7M4-26-T-6509 for DLA Land and Maritime Fluid Handling Division

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 FLUID HANDLING DIVISION
Contacts1 person available
OfficeCOLUMBUS, OH, 43218-3990
Organization / Agency
DLA LAND AND MARITIME FLUID HANDLING DIVISION
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
QTY: 51 NSN: 4720-01-514-5228

Similar Contracts

NAICS: 313320
New
Federal

CLOTH, COATED

This contract involves the procurement of coated cloth meeting specific technical and quality standards, as detailed in the Defense Logistics Agency’s packaging requirements (RP001) and referenced master lists. The material specified is nylon or polyester mesh fabric weighing between 17.1 and 19.8 ounces per square yard, compliant with MIL-C-43006G specifications. The contract mandates adherence to cybersecurity requirements including a CMMC Level 2 self-assessment and coverage for defense information security protocols. Packaging must follow ASTM D3951 standards unless overridden by the DLA Master List and must be marked and labeled per MIL-STD-129, with palletization conforming to RP001. The purchase is for 50 yards of coated cloth, priced firm fixed with no quantity variance allowed, to be inspected and accepted at destination. Delivery is expected within 120 days after order. Shipment and transportation details specify handling for a vessel-bound shipment to the USS Minnesota (SSN 783), including specific freight addresses and routing instructions referenced through DLAD procedural notes. The contract references government-required unit of issue coding and requires precise packaging and handling instructions to ensure compliance with Department of Defense logistics standards. The contracting office and point of contact are within the Department of Defense supply chain, with direct communication channels provided.

C AND T SUPPLY CHAIN

POSTED

5 days ago

DEADLINE

in 9 days

View Details
NAICS: 313320
New
Federal

CLOTH, IMPREGNATED

The contract involves the procurement of impregnated cloth (NSN 8305-01-630-9236, part number CYCOM 919/K285) from Cytec Engineered Materials Inc. This material is specifically intended for use in fabricating sandwich and laminate air ducts cured at 260 °F under vacuum bag conditions. Suppliers are required to comply with stringent quality and technical standards, including the latest revision of the Boeing Material Specification BMS 8-264, along with various Defense Logistics Agency (DLA) packaging and labeling requirements. The contract also stipulates the removal of government identification from non-accepted supplies and incorporates defense-related technical data controls due to the sensitive nature of the material. Significantly, the contract imposes strict export control regulations under ITAR and EAR, emphasizing that technical data related to this item cannot be disseminated to foreign persons without prior authorization. Contractors must possess proper certification through the US/Canada Joint Certification Program, complete required training on handling export-controlled technical data, and receive approval from DLA’s controlling authority. The solicitation outlines a delivery requirement of four roll-offs within 120 days and includes contact information for the point of contact within the Department of Defense for further inquiries or clarifications. The contract is managed under the Department of Defense’s C and T Supply Chain office and maintains adherence to related federal acquisition and export control policies.

C AND T SUPPLY CHAIN

POSTED

6 days ago

DEADLINE

in 8 days

View Details
NAICS: 313320
New
Federal

CLOTH, COATED

This contract involves the procurement of coated nylon cloth, specifically waterproof and weather-resistant fabric conforming to MIL-PRF-20696 specifications. The cloth must weigh between 17.0 and 19.0 ounces per square yard after coating, have a plain weave with vinyl chloride coating on both sides, and be red in color on both sides per SAE AMS-STD-595 standards. The delivered quantity is 1,000 yards, with a firm fixed price and a permissible quantity variation of plus or minus 2%. Delivery is required within 120 days after order, with both inspection and acceptance points at the destination. The contractor is responsible for all inspections and quality control, while the government retains the right to perform independent inspections. Packaging and labeling must comply with multiple military and defense standards, including MIL-STD-129 for marking and bar coding, ASTM standards for preservation and packaging, and MIL-STD-2073-1E for packaging data. Items should be palletized on four-way entry pallets per MIL-STD-147E, with carton and pallet loads clearly marked by National Stock Number (NSN) and lot details. Bar code labels must include a 13-digit NSN and a 12-digit Universal Product Code (UPC) assigned by the government, ensuring full visibility without damaging the item. The supplier must also provide test reports and certifications as required, and any changes to component sources require government approval. The contract is managed by the Defense Logistics Agency with specific packaging, handling, and transportation instructions directed to Arizona Industries for the Blind in Phoenix, AZ.

C AND T SUPPLY CHAIN

POSTED

7 days ago

DEADLINE

in 7 days

View Details
NAICS: 313320
Federal

CLOTH, LAMINATED

This contract pertains to the procurement of 200 yards of laminated cloth, specifically nylon or polyester, 3-ply, green shade 24084, with specifications including fire and weather resistance, waterproof properties, and a weight of 10 oz per square yard. The cloth meets Type II, Class 1, Form 1 standards with color referencing updated to SAE AMS-STD-595 following the cancellation of FED-STD-595C. Inspection and acceptance will be conducted at the destination in accordance with FAR Part 52.246-2 and evolving standards such as MIL-STD-1916 or ANSI/ASQ Z1.4 for product acceptance, ensuring compliance with Department of Defense quality and packaging requirements outlined in MIL-STD-2073-1E and MIL-STD-129 for marking. The contract specifies firm fixed pricing with an allowable quantity variance of plus or minus 2%. Packaging and palletization must adhere to Defense Logistics Agency (DLA) requirements, including adherence to RP001 for packaging and ASTM-D-3951 standards. The delivery schedule requires shipment within 120 days after contract award, with goods delivered to Arizona Industries for the Blind in Phoenix, AZ. All associated technical and quality requirements are incorporated per the DLA Master List, ensuring the product meets comprehensive government specifications. The contract includes provisions for covered defense information and mandates removal of government markings from non-accepted supplies, with designated points of contact for coordination and logistics.

C AND T SUPPLY CHAIN

POSTED

8 days ago

DEADLINE

in 6 days

View Details