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

DETECTOR, MINE

Active
SPE7M0-26-T-5298Federal
AI Contract Overview
Show more

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.

General Info

Procurement of one mine detector, NSN 6665-01-665-7898, delivered within five days, CMMC Level 2 compliant.

Agency

Department Of Defense → MARITIME SUPPLY CHAIN ESOC BUYS

View Agency

NAICS

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

View NAICS

Place of Performance

FORT INDIANTOWN GAP, ANNVILLE, PA, 17003-5002, US

Set-Aside

NONE
Documents(1)

SPE7M0-26-T-5298.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 → MARITIME SUPPLY CHAIN ESOC BUYS
Contacts1 person available
OfficeUS
Organization / Agency
Department Of Defense → MARITIME SUPPLY CHAIN ESOC BUYS
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
DETECTOR,MINE
DETECTOR,MINE
RD004: Cybersecurity Maturity Model Certification (CMMC) Level 2 Self-Assessment RD004: Cybersecurity Maturity Model Certification (CMMC) Level 2 Self-Assessment RQ035: ITEM MAY CONTAIN BATTERIES
RD002, COVERED DEFENSE INFORMATION APPLIES
RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
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
NO DATA IS AVAILABLE. THE ALTERNATE OFFEROR IS
REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE
INCLUDING DATA FOR THE APPROVED AND ALTERNATE
PART FOR NSN/Part Number: 6665-01-665-7898 Quantity: 1 EA Purchase Request: 7015733372QTY: 1 Delivery: 5 days ADO

Similar Contracts

NAICS: 334511
New
Federal

CATHETER, URETHRAL

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.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 23 hours ago

DEADLINE

in 5 days

View Details
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 23 hours ago

DEADLINE

in 5 days

View Details