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

GAGE, PRESSURE, DIAL

Active
SPE4A6-26-T-859GFederal
AI Contract Overview
Show more

This contract involves the procurement of 20 units of dial indicating pressure gauges, identified by NSN 6685-00-432-7585, under solicitation number SPE4A6-26-T-859G. The items are to be delivered within 280 days, FOB origin, with inspection and acceptance also taking place at the origin. The contract specifies strict adherence to technical and quality requirements as outlined in the DLA Master List, including MIL-G-18997E standards and packaging requirements per MIL-STD-2073-1E and MIL-STD-129, ensuring the gauges are marked correctly and preserved without the use of mercury or mercury compounds. Sample testing must align with MIL-STD-1916 or equivalent standards, with critical, major, and minor attributes inspected at designated verification levels. Additionally, the contract includes a first article test (FAT) requirement, mandating one unit for initial testing to verify compliance before full production, with the FAT separate from the main order but essential for contract fulfillment. Deliveries will be directed to the DLA Distribution Warehouse in Tracy, California. Special handling and packaging requirements emphasize clean, dry preservation methods and delicate instrument handling to maintain product integrity. The solicitation is managed under the Department of Defense’s ASC Commodities Division with a defined point of contact for the procurement process.

General Info

Procurement of 20 pressure gauges, MIL standards compliance, FAT testing, delivered FOB Tracy, California.

Agency

Department Of Defense → ASC COMMODITIES DIVISION

View Agency

NAICS

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

View NAICS

Place of Performance

REC WHSE 57, TRACY, CA, 95304-5000, US

Set-Aside

NONE
Documents(1)

SPE4A6-26-T-859G.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 COMMODITIES DIVISION
Contacts1 person available
OfficeUS
Organization / Agency
Department Of Defense → ASC COMMODITIES 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
GAGE,PRESSURE,DIAL
GAGE,PRESSURE,DIAL INDICATING
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.
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
RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS
(MANUFACTURERS AND NON-MANUFACTURERS)
SAMPLING:
THE SAMPLING METHOD SHALL BE IN ACCORDANCE WITH MIL-STD-1916 OR ASQ
H1331, TABLE 1 OR A COMPARABLE ZERO BASED SAMPLING PLAN UNLESS OTHERWISE
SPECIFIED BY THE CONTRACT. IF THE APPLICABLE DRAWING, SPECIFICATION,
STANDARD, OR QUALITY ASSURANCE PROVISION (QAP) SPECIFIES CRITICAL, MAJOR
AND/OR MINOR ATTRIBUTES, THEY SHALL BE ASSIGNED VERIFICAITON LEVELS OF
VII, IV AND II OR AQLS OF 0.1, 1.0 AND 4.0 RESPECTIVELY. UNSPECIFIED
ATTRIBUTES SHALL BE CONSIDERED AS MAJOR UNLESS SAMPLING PLANS ARE
SPECIFIED IN APPLICABLE DOCUMENTS. FOR MIL-STD-1916, THE MANUFACTURER
MAY USE THE ATTRIBUTE OR VARIABLE INSPECTION METHOD AT THEIR OPTION OR
PER THE CONTRACT. MIL-STD-105/ASQ Z1.4 MAY BE USED TO SET SAMPLE LOT
SIZE, BUT ACCEPTANCE WOULD BE ZERO NON-CONFORMANCES IN THE SAMPLE LOT
UNLESS OTHERWISE SPECIFIED IN THE CONTRACT.
MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL
NOT BE INTENTIONALLY ADDED TO<(>,<)> OR COME IN DIRECT
CONTACT WITH<(>,<)> ANY HARDWARE OR SUPPLIES FURNISHED
UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY
USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED
INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS;
AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA.
PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS
CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN
A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR
MERCURY COMPOUND. (IAW NAVSEA 5100-003D).
RQ017: PHYSICAL INDENTIFICATION/BARE ITEM MARKING
SPE4A6-26-T-859G
SECTION B
CRITICAL APPLICATION ITEM
IAW BASIC SPEC NR MIL-G-18997E(2) NOT 1
REVISION NR 2 DTD 02/26/2021
PART PIECE NUMBER: XG4MC4HPWWANA
IAW REFERENCE UNK DI-DRPR-80651 NOT 2
REVISION NR DTD 03/15/2022
PART PIECE NUMBER:
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 7015609918 0001 EA 20.000
NSN/MATERIAL:6685004327585
DELIVERY (IN DAYS):0280
DELIVER FOB: ORIGIN
QTY VARIANCE: PLUS 0% MINUS 0%
INSPECTION POINT: ORIGIN
ACCEPTANCE POINT: ORIGIN
PREP FOR DELIVERY:
PKGING DATA MIL-STD-2073-1E
QUP:001 PRES MTHD:10 CLNG/DRY:Z PRESV MAT:00
WRAP MAT:00 CUSH/DUNN MAT:NA CUSH/DUNN THKNESS:C
UNIT CONT:E5 OPI:M
INTRMDTE CONT:E5 INTRMDTE CONT QTY:AAA
PACK CODE:U
MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129.
SPECIAL MARKING CODE:05 -05 Delicate instrument
PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
CLEAN/DRY Z: CLEANING SHALL BE IAW MIL-G-18997.
IP056: MERCURY OR MERCURY COMPOUNDS ARE PROHIBITED IN PRESERVATION, PACKAGING, PACKING AND MARKING.
PARCEL POST ADDRESS:
W62G2T
W1A8 DLA DIST SAN JOAQUIN
25600 S CHRISMAN ROAD
REC WHSE 57
TRACY CA 95304-5000
SPE4A6-26-T-859G
SECTION B
PR: 7015609918 PRLI: 0001 CONT’D
US
FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE
C20 AND CONTRACT
FREIGHT SHIPPING ADDRESS:
W62G2T
W1A8 DLA DIST SAN JOAQUIN
25600 S CHRISMAN ROAD
REC WHSE 57
TRACY CA 95304-5000
US
Need Ship Date:08/17/2026 Original Required Delivery Date:01/04/2027
CONTRACTOR FIRST ARTICLE TEST THE NUMBER OF UNITS SHOWN SIGNIFIES THE
TEST REQUIREMENT. SEE FAR CLAUSE 52.209-3 CITED IN SECTION A OF THIS
SOLICITATION FOR THE ACTUAL QUANTITY REQUIRED.
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.
0002 0000000000 EA 1.000
NSN/MATERIAL:0001S00000053
DELIVERY (IN DAYS):0030
THIS LINE ITEM SIGNIFIES THE FIRST ARTICLE TEST REQUIREMENT (FAT). SEE
CLAUSES FOR INFORMATION CONCERNING THE FAT REQUIREMENT. OFFERS THAT DO
NOT CITE A PRICE FOR THIS LINE ITEM SHALL BE EVALUATED UNDER THE
ASSUMPTION THAT THERE IS NO SEPARATE CHARGE FOR THE FAT. IN THE EVENT
THE FAT REQUIREMENT IS WAIVED, NO AWARD WILL BE MADE FOR THIS LINE ITEM.
THE NUMBER OF UNITS SHOWN APPEARS AS “1 EA”. THIS QUANTITY SIGNIFIES
THE TEST REQUIREMENT. OFFERORS WILL FIND THE ACTUAL QUANTITY REQUIRED
BY THE GOVERNMENT FOR THE FAT LINE ITEM PER FAR 52.209-3 OR 52.209-4 IN
SECTION A OF THIS SOLICITATION.
DELIVER FOB: ORIGIN
QTY VARIANCE: PLUS 0% MINUS 0%
INSPECTION POINT: ORIGIN
ACCEPTANCE POINT: ORIGIN
Need Ship Date:00/00/0000 Original Required Delivery Date:00/00/0000
SPE4A6-26-T-859G
SECTION B
PR: PRLI: CONT’D

SPE4A6-26-T-859G NSN/Part Number: 6685-00-432-7585 Quantity: 20 EA Purchase Request: 7015609918QTY: 20 Delivery: 280 days ADO

Similar Contracts

NAICS: 334511
New
Federal

CONNECTOR ASSEMBLY

This contract for a connector assembly involves the procurement of two individual units, each identified by the National Stock Number (NSN) 6340-00-135-7482, with a delivery schedule of five days from the contract award date. The contract specifies rigorous quality and technical requirements, referencing the DLA Master List of Technical and Quality Requirements, along with compliance to DLA packaging standards per MIL-STD-2073-1E and MIL-STD-129 for marking and handling. The inspection and acceptance points are designated at the destination, ensuring strict adherence to quality control through defined sampling methods such as MIL-STD-1916 or comparable standards. The units are considered critical application items and require careful packaging marked as fragile, with strict instructions for shipment by fastest traceable means, excluding parcel post. The contract is issued under solicitation number SPE4A6-26-T-856Q by the Department of Defense’s ASC Commodities Division, with the place of performance and delivery at Hill Air Force Base, Utah. Configuration change management, cybersecurity self-assessment compliance (CMMC Level 2), and the removal of government identification from non-accepted supplies are integral contractual conditions. Coordination and communication are facilitated through a designated government point of contact, with deliveries expected by February 23, 2026. The contract maintains a zero-variance tolerance on quantity and emphasizes adherence to defense-related packaging, marking, and lifecycle support protocols to ensure the integrity and traceability of the connector assemblies throughout procurement and delivery.

ASC COMMODITIES DIVISION

POSTED

about 11 hours ago

DEADLINE

in 8 days

View Details
NAICS: 334511
New
Federal

CONCENTRATOR, OXYGEN

The contract calls for the procurement of six units of the Saros Medical Oxygen Concentrator, Model 3000, a portable oxygen system engineered for extreme environments including ground, air, and sea operations. The device delivers medical-grade oxygen at 3 liters per minute with a dosing mode up to 96 ml, system output pressure capped at 15 PSI, and a maximum output pressure of 5 PSIG. It is powered by AC with a 130-watt, 24-volt DC rechargeable battery, emphasizing operational flexibility. Each unit must comply with Item Unique Identification (IUID) in line with MIL-STD-130 regulations, ensuring traceability and accountability. The contract references specific technical and quality requirements as listed in the DLA Master List and includes packaging and government identification removal standards for non-accepted supplies. The solicitation, issued by the Department of Defense’s Medical Supply Chain under the Medical Surgical FSF office, specifies delivery within 20 days to the place of performance in Pensacola. The bidders are required to specify the source and part number they will supply for evaluation. The procurement is governed by DFARS clause 252.211-7003 concerning IUID compliance and involves adherence to covered defense information protections. The solicitation is open for response until March 9, 2026, under NAICS code 334511, indicating electronic and electric equipment manufacturing. This contract ensures the acquisition of rugged medical oxygen concentrators essential for critical military medical and operational needs.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 11 hours ago

DEADLINE

in 8 days

View Details
NAICS: 334511
New
Federal

VALVE, POSITIVE END

The contract calls for the supply of Positive End Expiratory Pressure (PEEP) valves designed for use with ventilators and resuscitation devices. These valves provide an adjustable PEEP range from 0 to 20 cm H2O and feature a 22 mm internal diameter connection with a matching adapter, capped in blue. The units must be packaged commercially according to specified procurement documents, ensuring they are sealed and protected from damage during shipment. Packaging must comply with Medical Marking Standard No. 1, replacing previous military standards, and each package contains 10 valves with a total order quantity of 18 packages. The valves must have a shelf life of 36 months, with no more than four months elapsed from manufacture to delivery. Labels on the units are required to include the National Stock Number (NSN), manufacturer and CAGE code, manufacture date, expiration or retest date, and contract or lot number. Delivery is expected within 20 days after the award date, with technical and quality requirements incorporated from the DLA Master List as referenced in the contract. The contract is under solicitations managed by the Department of Defense through the Medical Supply Chain MD Surg FSF, with the place of performance at JBSA Fort Sam Houston. The procurement ensures compliance with DLA packaging and marking guidelines, and removal of government identification from non-accepted supplies is mandated.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 11 hours ago

DEADLINE

in 8 days

View Details