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

CATHETER, URETHRAL

Active
SPE2DS-26-T-6419Federal
AI Contract Overview
Show more

The contract covers the procurement of sterile, straight urethral catheters that are 16 inches long, 20 French size, made of latex red rubber, and intended for all-purpose use. The product is packaged in units of 12 catheters per package, with a total shelf life of 60 months, requiring a minimum of 51 months remaining shelf life upon receipt by the government. Packaging must comply with commercial standards specified in the procurement documents and follow stringent DLA packaging requirements to ensure protection from damage and secure shipment. All items are to be marked in accordance with Medical Marking Standard No. 1, superseding previous military standards. The contract has a delivery requirement of 20 days FOB destination, with acceptance and inspection occurring at the destination point. Shipment will be made to Camp Pendleton, California, via the fastest traceable means, explicitly excluding parcel post. The acquisition adheres to applicable regulatory and quality standards referenced in the DLA Master List of Technical and Quality Requirements and includes coordination with the FDA for regulated device confirmation. The solicitation was issued by the Department of Defense’s Medical Supply Chain, and bids are to be submitted by early March 2026, with specified contacts and detailed packaging, marking, palletization, and shipping instructions provided to ensure compliance and timely delivery.

General Info

Procurement of sterile 16-inch, 20 French latex catheters, 12 per package, 51-month shelf life.

Agency

Department Of Defense → MEDICAL SUPPLY CHAIN MD SURG FSF

View Agency

NAICS

334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

View NAICS

Place of Performance

PR: 7015733438 PRLI: 0001 CONT’D, CAMP PENDLETON, CA, 92055-5627, US

Set-Aside

NONE
Documents(1)

SPE2DS-26-T-6419.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 → MEDICAL SUPPLY CHAIN MD SURG FSF
Contacts1 person available
OfficeUS
Organization / Agency
Department Of Defense → MEDICAL SUPPLY CHAIN MD SURG FSF
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
CATHETER,URETHRAL
CATHETER,URETHRAL
RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
APPLICABLE TO ALL MEDICAL ACQUISITIONS:
PACKAGING AND PACKING SHALL BE COMMERCIAL AS
SPECIFIED IN THE PROCUREMENT DOCUMENT.
EACH COMPLETE UNIT SHALL BE PROPERLY PACKAGED
IN A SUITABLE SEALED UNIT CONTAINER CAPABLE
OF PROTECTING THE CONTENTS FROM DAMAGE AND/OR
BREAKAGE.
UNITS SHALL BE PACKED IN SUITABLE COMMERCIAL
EXTERIOR (SHIPPING) CONTAINERS (EXPORT WHEN
NECESSARY) WHICH SHALL INSURE ACCEPTANCE AND
SAFE DELIVERY BY COMMON OR OTHER CARRIER, AT
THE LOWEST RATE, TO POINT OF DELIVERY CALLED
FOR IN THE CONTRACT OR ORDER.
MATERIAL MUST BE MARKED IAW MEDICAL MARKING
STANDARD NO. 1. THIS SUPERCEDES ALL REFERENCES
TO MIL-STD-129.
COPIES OF MEDICAL MARKING STANDARD NO. 1
(MMS NO. 1) MAY BE OBTAINED BY CONTACTING DLA
TROOP SUPPORT VIA EMAIL TO fssb@dla.mil. MMS NO. 1 IS ALSO AVAILABLE ONLINE AT: https://www.dla.mil/Logistics-Operations/Packaging/
RD003, COVERED DEFENSE INFORMATION POTENTIALLY APPLIES
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.
RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES
.
STRAIGHT URETHRAL STERILE CATHETER
16 INCHES LONG, 20 FRENCH, LATEX,
RED RUBBER, ALL-PURPOSE
.
UNIT OF ISSUE IS A PACKAGE OF 12 EACH
.
TOTAL SHELF LIFE IS 60 MONTHS OR 5 YEARS
.
SPE2DS-26-T-6419
SECTION B
THERE SHALL BE A MINIMUM OF 51 MONTHS
OF REMAINING SHELF LIFE AT THE TIME
OF RECEIPT BY THE FIRST GOVERNMENT ACTIVITY.
.
1 PG = 12 EA
This device or drug is regulated by the FDA. Note to Buyers: The contracting official shall send a referral in EBS to the product specialist for confirmation. Please include bidder name and bidder contact information, manufacturer name, manufacturer part number, and item description. 12/26/2013
RS023: Shelf-life requirement RS001 for a TYPE I (CODE S) item with a shelf life of 60 months (non-extendable) applies to this item.
C R BARD INC 1S7V4 P/N 277720 CARDINAL HEALTH 200, LLC 07TA6 P/N 277720
DLA issues this document using the DoD authorized unit of issue, please refer to the following URL to determine the corresponding ANSI X12 unit of issue.
https://view.officeapps.live.com/op/view.aspx?src=https%3A%2F%2Fwww.dla.mil%2FPortals%2F104%2FDocuments% 2FDLMS%2FeApplications%2FLogDataAdmin%2FUnitofIssueandPurchaseUnit.xlsx&wdOrigin=BROWSELINK
CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE.
0001 7015733438 0001 PG 12.000
NSN/MATERIAL:6515016242245
DELIVERY (IN DAYS):0020
DELIVER FOB: DESTINATION
QTY VARIANCE: PLUS 0% MINUS 0%
INSPECTION POINT: DESTINATION
ACCEPTANCE POINT: DESTINATION
PREP FOR DELIVERY:
PKGING DATA-QUP:001
WILL BE PACKAGED IN ACCORDANCE WITH ASTM D3951.
All DLA Master List of Technical and Quality Requirements take precedence over ASTM D3951. Mark and label all packaging and packing in accordance with MIL-STD-129. The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order. PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
PARCEL POST ADDRESS:
M97111
COMMANDING OFFICER
MEDLOG CO 1ST SUP BN 1ST MLG
BOX 555627
SPE2DS-26-T-6419
SECTION B
PR: 7015733438 PRLI: 0001 CONT’D
CAMP PENDLETON CA 92055-5627
US
SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST.
FREIGHT SHIPPING ADDRESS:
M97111
SUPPLY OFFICER
BLDG 22111 6TH ST (1ST SUP BN)
M/F M97111 MEDLOG COMPANY
CAMP PENDLETON CA 92055
US
M/F: (TCN) M9711160584751
RDD:
PROJ: TP 2
SUPP ADD: SIG: A
FOR GOVERNMENT USE ONLY: (IPD) 05
DIC: A0A DIST: ADV: 2A FC: CS
Need Ship Date:00/00/0000 Original Required Delivery Date:03/05/2026
SPE2DS-26-T-6419 NSN/Part Number: 6515-01-624-2245 Quantity: 12 PG Purchase Request: 7015733438QTY: 12 Delivery: 20 days ADO

Similar Contracts

NAICS: 334511
New
Federal

RESUSCITATOR, HAND O

The contract is for the procurement of 73 units of a hand-operated resuscitator, specifically a bag valve mask assembly designed for adult use (size 4). Each device includes an oxygen reservoir, supplemental oxygen attachment with supply tubing, a resuscitator bag, a one-way valve, and a clear face mask. The units must have a shelf life of 60 months, with no more than nine months elapsed from manufacture to delivery to ensure freshness and efficacy. Packaging and labeling requirements are stringent, including markings of the National Stock Number (NSN), manufacturer identification, contract and lot numbers, and dates of manufacture and expiration. The units are to be packed in sealed, durable commercial containers capable of protecting the contents in shipment, following Medical Marking Standard No. 1 for all markings. The contract specifics include delivery within 84 days to a designated destination in Europe (APO AE 09227-0000) with inspection and acceptance performed at the point of destination. The items are regulated by the FDA as Class II medical devices requiring compliance with registration, labeling, and Good Manufacturing Practices. The contract is managed by the Department of Defense’s Medical Supply Chain Management, with a point of contact provided for inquiries. Compliance with Defense Logistics Agency (DLA) packaging and quality requirements is mandatory, as outlined in referenced technical documents and standards, ensuring the product meets all necessary quality and regulatory standards for military medical supply use.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 24 hours ago

DEADLINE

in 5 days

View Details
NAICS: 334511
New
Federal

DETECTOR, MINE

This contract involves the procurement of a single unit of a mine detector under the solicitation number SPE7M0-26-T-5298, issued by the Department of Defense’s Maritime Supply Chain ESOC BUYS organization. The item is identified by the National Stock Number (NSN) 6665-01-665-7898 and must be delivered within five days after the contract award. The contract is subject to various technical, quality, and packaging requirements as outlined by the Defense Logistics Agency (DLA) master list, which govern compliance and product specifications. Additionally, the procurement adheres to cybersecurity mandates, including the Cybersecurity Maturity Model Certification (CMMC) Level 2 self-assessment, and involves handling covered defense information, ensuring security and compliance with federal standards. The solicitation highlights several important conditions, including the potential presence of batteries in the item, specific packaging requirements, and instructions that govern the removal of government identifications from non-accepted supplies. Alternate offerors must submit a complete data package for both approved and alternate parts, ensuring transparent and thorough documentation. The place of performance for the contract is in Annville, and questions or communications are directed to the primary point of contact, Gerard Quinn. The contractual process is managed through the DLA’s electronic bidding system, and all relevant technical and quality standards are maintained according to the most current revisions applicable on the solicitation or award date.

MARITIME SUPPLY CHAIN ESOC BUYS

POSTED

about 24 hours ago

DEADLINE

in 12 days

View Details