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

ALTERNATOR, AIRCRAFT

Active
SPE4A5-26-T-9897Federal
General Info

Agency

Department Of Defense → ASC SUPPLIER OPER OEM DIVISION

View Agency

NAICS

334419 - Other Electronic Component Manufacturing

View NAICS

Place of Performance

2083 NORMANDY DRIVE DOOR 113 TO 134, NEW CUMBERLAND, PA, 17070-5002, US

Set-Aside

NONE
Documents(1)

SPE4A5-26-T-9897.pdf

PDF

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
PhaseSolicitation
Posted

Solicitation

Response Deadline

Submission deadline

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 → ASC SUPPLIER OPER OEM DIVISION
Contacts1 person available
OfficeUS
Organization / Agency
Department Of Defense → ASC SUPPLIER OPER OEM DIVISION
View Agency Profile
Office Address

US

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
ALTERNATOR,AIRCRAFT
ALTERNATOR,AIRCRAFT
RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS
(IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE
DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB
AT:
http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx
FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS.
RD002, COVERED DEFENSE INFORMATION APPLIES
RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS
(MANUFACTURERS AND NON-MANUFACTURERS)
RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN
RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES
RT001: MEASURING AND TEST EQUIPMENT
ADEQUATE DATA FOR THE NSN/Part Number: 4920-01-557-5140 Quantity: 2 EA Purchase Request: 7015853297QTY: 2 Delivery: 169 days ADO

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
NAICS: 334419
New
Federal

MAINTENANCE KIT, AIR

The contract calls for the procurement of seven units of a Maintenance Kit for aircraft, identified under NSN 4920-01-673-0734, with delivery scheduled 169 days after the award date. The kit comes with an unrestricted technical data package available from the Defense Supply Center Richmond (DSCR), which can be requested via mail, fax, or phone. The contract includes detailed technical and quality requirements referenced from the DLA Master List and mandates compliance with specified inspection and acceptance standards, including MIL-STD-1916 and ASQ H1331 sampling methods. Packaging follows DLA procurement guidelines, with tailored higher-level ISO 9001:2015 quality requirements applied to both manufacturers and non-manufacturers. Export control restrictions are significant in this contract, as the technical data involved are subject to International Traffic in Arms Regulations (ITAR) and Export Administration Regulations (EAR). As such, export or disclosure of technical data to foreign persons is prohibited without prior authorization from the appropriate U.S. government departments, with strict adherence required from contractors, including certification through the US/Canada Joint Certification Program and completion of specific export-controlled data handling training. The place of performance is Texarkana, and the solicitation is issued by the Department of Defense’s ASC Supplier OEM Division, with Hien-Van Trinh as the primary point of contact for the procurement process.

ASC SUPPLIER OPER OEM DIVISION

POSTED

1 day ago

DEADLINE

in 7 days

View Details