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

66--TRANSDUCER,MOTIONAL

Expired
SPE4A615T5006Federal
General Info

Agency

N/A

NAICS

334519 - Other Measuring and Controlling Device Manufacturing

View NAICS

Place of Performance

Not specified

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
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 6695000810459 TRANSDUCER,MOTIONAL: Line 0001 Qty 10.00 UI EA Deliver To: W1BG DLA DISTRIBUTION By: 0242 DAYS ADOApproved sources are 81983 102271; 98897 4L90511-105A. 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: 334519
New
Federal

METER, IMPELLER TYPE

This contract involves the procurement of a single impeller-type liquid meter, identified by NSN 6680-00-469-9279, with a delivery requirement of 20 days FOB origin to Holloman Air Force Base. The item must be packaged and labeled according to Department of Defense standards, including ASTM D3951 and MIL-STD-129, with palletization conforming to DLA packaging requirements. Inspection and acceptance are both designated at the destination point, with a zero-tolerance variance on quantity. Sampling and quality control follow MIL-STD-1916 or equivalent standards, with specified verification levels for critical, major, and minor attributes. The contract references controlled technical and quality requirements, cybersecurity self-assessment obligations, and mandates configuration management including engineering change proposals and requests for variances. The contract is issued by the Department of Defense, specifically through the ASC Commodities Division, with administrative coordination by DLA. The supplier options listed include established manufacturers such as AMETEK Inc. (Schutte and Koerting division), Hamilton Sundstrand Corporation, and RTX Corporation. The solicitation was posted in March 2026 with a response deadline shortly after, indicating a streamlined procurement for a critical defense application. All shipments must be tracked through traceable shipping methods rather than parcel post, addressed to a specific military logistics unit at Holloman AFB. The procurement also incorporates cybersecurity compliance under CMMC Level 2 self-assessment and emphasizes the removal of government markings from non-accepted supplies.

ASC COMMODITIES DIVISION

POSTED

about 20 hours ago

DEADLINE

in 7 days

View Details
NAICS: 334519
New
Federal

68TM-5 Instron Test Stand System - Sole Source

This contract is a combined synopsis and solicitation issued as a request for quote (RFQ) under solicitation number FA822726Q5576, governed by Revolutionary FAR Overhaul Part 12 procedures. It is a sole-source acquisition anticipated to be awarded to Instron, a division of Illinois Tool Works, Inc., to supply a 68TM-5 Instron Test Stand System for the 582nd Missile Maintenance Squadron at Hill Air Force Base, Utah. The procurement is classified under NAICS code 334519 and Product Service Code 6625, with all contract line items (CLINs) priced on a firm fixed price basis. Vendors must confirm their ability to deliver the product within 90 calendar days after receipt of order (ARO) or propose an alternate schedule. Proposals are due by 3:00 p.m. Mountain Standard Time on March 16, 2026, with questions allowed until March 11, 2026. Quotes must comply with the specifications detailed in the attached product description and any exceptions clearly identified. The evaluation will consider price, specification compliance, and delivery timeframe, per RFO 12.203 criteria. The contract specifies FOB destination delivery, 90-day pricing validity, and a requirement to include the company’s CAGE code or Unique Entity Identifier with submissions. Contract specialists Rachel Wright and Melissa Huston are the points of contact for submission and inquiries. Additional documents attached include the product description and sole source justification for the award.

FA8227 Afsc Ol H Pzim

POSTED

1 day ago

DEADLINE

in 6 days

View Details