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

LEVER, REMOTE CONTRO

Active
SPE4A5-26-T-9141Federal
AI Contract Overview
Show more

The contract calls for the procurement of one unit of a remote control lever, identified by NSN 1680-01-419-0986 and part number 66-4874, with delivery required within 10 days of order placement. The item is to be delivered FOB origin to the destination inspection and acceptance point at Camp Swift Road, Fort Drum, NY, emphasizing timely shipment by the fastest traceable method excluding parcel post. Packaging and marking must adhere to MIL-STD-2073-1E, MIL-STD-129, and DLA’s packaging standards, including palletization per specific DLA requirements. Sampling and inspection protocols follow MIL-STD-1916 and related quality assurance standards to ensure compliance with critical, major, and minor attribute verification. The contract incorporates several technical and quality requirements, including cybersecurity self-assessment at CMMC Level 2, source approval documentation, removal of government identification on rejected supplies, and compliance with ISO 9001:2015 quality standards. Item Unique Identification is waived as per the service customer’s request. The procurement is managed under solicitation SPE4A5-26-T-9141 by the Department of Defense’s ASC Supplier OEM Division, with Kayla Minor as the primary contact. The place of performance is Fort Drum, NY, and the contract was posted in early March 2026 with responses due by March 9, 2026.

General Info

Procurement of one remote control lever, delivered FOB Fort Drum within 10 days, per MIL-STD packaging and quality standards.

Agency

Department Of Defense → ASC SUPPLIER OPER OEM DIVISION

View Agency

NAICS

336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing

View NAICS

Place of Performance

BLDG P4475 CAMP SWIFT ROAD, FORT DRUM, NY, 13602-0000, US

Set-Aside

NONE
Documents(1)

SPE4A5-26-T-9141.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
LEVER,REMOTE CONTRO
LEVER,REMOTE CONTRO
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.
RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR)
RD002, COVERED DEFENSE INFORMATION APPLIES
RD004: Cybersecurity Maturity Model Certification (CMMC) Level 2 Self-Assessment RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES
RQ017: PHYSICAL INDENTIFICATION/BARE ITEM MARKING
Item Unique Identification is not required by request of the Service customer. DFARS 252.211-7003(c)(1)(i) applies.
RQ042: Non-Tailored Higher-Level Quality Requirements (ISO 9001:2015) for Manufacturers and Non-Manufacturers
RT001: MEASURING AND TEST EQUIPMENT
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.
THE BOEING COMPANY 17765 P/N 66-4874
DLA issues this document using the DoD authorized unit of issue, please refer to the following URL to
SPE4A5-26-T-9141
SECTION B
PR: 7015573102 PRLI: 0001 CONT’D
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 7015573102 0001 EA 1.000
NSN/MATERIAL:1680014190986
DELIVERY (IN DAYS):0010
DELIVER FOB: ORIGIN
QTY VARIANCE: PLUS 0% MINUS 0%
INSPECTION POINT: DESTINATION
ACCEPTANCE POINT: DESTINATION
PREP FOR DELIVERY:
PKGING DATA MIL-STD-2073-1E
QUP:001 PRES MTHD:10 CLNG/DRY:1 PRESV MAT:00
WRAP MAT:FA CUSH/DUNN MAT:NA CUSH/DUNN THKNESS:A
UNIT CONT:BL OPI:M
INTRMDTE CONT:E5 INTRMDTE CONT QTY:AAA
PACK CODE:U
MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129.
SPECIAL MARKING CODE:00 -00 No special marking
PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
BULK BREAK POINT:
W90ADT
0210 CS BN CO A DISTRIBUTI
COMMON CL IX SITE AWCF SSF
BLDG P4475 CAMP SWIFT ROAD
FORT DRUM NY 13602-0000
US
RDD 555 SHIPMENT. SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST.
FREIGHT SHIPPING ADDRESS:
W90ADT
0210 CS BN CO A DISTRIBUTI
COMMON CL IX SITE AWCF SSF
BLDG P4475 CAMP SWIFT ROAD
FORT DRUM NY 13602-0000
US
MARKFOR
W90ADT
0210 CS BN CO A DISTRIBUTI
COMMON CL IX SITE AWCF SSF
SPE4A5-26-T-9141
SECTION B
PR: 7015573102 PRLI: 0001 CONT’D
BLDG P4475 CAMP SWIFT ROAD
FORT DRUM NY 13602-0000
US
M/F: (TCN) W90ADT60400157
RDD: 555
PROJ: TP 2
SUPP ADD: W9046W SIG: C
FOR GOVERNMENT USE ONLY: (IPD) 05
DIC: A0A DIST: V ADV: FC: Z9
Need Ship Date:00/00/0000 Original Required Delivery Date:02/18/2026
SPE4A5-26-T-9141 NSN/Part Number: 1680-01-419-0986 Quantity: 1 EA Purchase Request: 7015573102QTY: 1 Delivery: 10 days ADO

Similar Contracts

NAICS: 336413
New
Federal

LIGHT, COCKPIT, AIRCR

The contract involves the procurement of 51 cockpit lights for aircraft, identified under NSN/Part Number 6220-01-361-4713, with a delivery schedule set for 161 days after the date of order. This solicitation, issued by the Defense Logistics Agency (DLA) through the ASC Commodities Division, mandates compliance with various quality, technical, packaging, and inspection requirements as outlined in the DLA Master List of Technical and Quality Requirements. It also includes higher-level tailored quality requirements, physical identification standards, and specific inspection and acceptance protocols at the origin location in New Cumberland. Significantly, this contract requires adherence to strict cybersecurity standards, including Cybersecurity Maturity Model Certification (CMMC) Level 2 assessment requirements, both self-assessment and third-party certification, to ensure protection of covered defense information. Additionally, the contract controls the handling and export of technical data subject to International Traffic in Arms Regulations (ITAR) and Export Administration Regulations (EAR), restricting data access to contractors with approved certifications and completed mandatory training. Export control measures are rigorously enforced due to the sensitive nature of the technical data involved. The point of contact for the solicitation is Berkeley Vaughan, and the solicitation's response deadline is set within a week of posting.

ASC COMMODITIES DIVISION

POSTED

about 10 hours ago

DEADLINE

in 8 days

View Details
NAICS: 336413
New
Federal

SHAFT ASSEMBLY, BELL

This contract covers the procurement of a shaft assembly, designated as a bell assembly, with part number 114C1217-1, intended for critical application use by The Boeing Company and Jaco Engineering. The purchase order calls for a quantity of five units, delivered within 161 days from the date of award. The contract specifies stringent quality and technical requirements as outlined in the Defense Logistics Agency (DLA) Master List of Technical and Quality Requirements, with applicable standards including ISO 9001:2015 and MIL-STD sampling methods. Cybersecurity measures require a CMMC Level 2 self-assessment, and all packaging and marking must comply with MIL-STD-2073-1E and MIL-STD-129 respectively. Inspection and acceptance are to occur at the destination. The contract also includes detailed provisions for product identification and marking, emphasizing the removal of government identification on non-accepted supplies and specifying the allowance for non-unique item identification per the service customer’s request. Sample inspection follows MIL-STD-1916 or equivalent zero-based sampling plans with strict quality control levels for critical, major, and minor attributes. Delivery terms are FOB origin with zero quantity variance allowed. The procurement is managed through the Department of Defense’s ASC Supplier Operations OEM Division, with the place of performance in New Cumberland, PA. The primary point of contact is Yvonne Jackson-Dias, facilitating communication and clarifications related to the contract.

ASC SUPPLIER OPER OEM DIVISION

POSTED

about 10 hours ago

DEADLINE

in 8 days

View Details
NAICS: 336413
New
Federal

LATCH ASSEMBLY, ENTR

The contract involves the procurement of three units of a latch assembly for entry, identified by the National Stock Number 1560-00-612-9020. The latch assembly will be manufactured through a forging process, requiring specific tooling which can be coordinated with designated assistance teams within Aviation or Land & Maritime supply chains. The contract incorporates detailed engineering and quality requirements, referencing multiple engineering notes and revisions, and mandates compliance with various Defense Logistics Agency (DLA) technical and quality standards. It also highlights requirements for marking, packaging, configuration management, inspection at origin, and the use of qualified products or manufacturers lists. Security and export control are significant aspects of this contract. Certain technical data associated with the latch assembly is subject to export control under ITAR and EAR regulations, with strict limitations on access and dissemination to foreign nationals or entities. Contractors must have relevant certifications and complete specific training to access this controlled data. The contract is managed by the Department of Defense through the ASC Supplier Operations AE and AF Division, with performance at Tinker Air Force Base, and includes a delivery timeline of 166 days after award. The solicitation is open for response until March 9, 2026, with Nya Currie as the primary point of contact.

ASC SUPPLIER OPER AE AND AF DIV

POSTED

about 10 hours ago

DEADLINE

in 8 days

View Details