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

LIGHT, COCKPIT, AIRCR

Active
SPE4A6-26-T-861YFederal
AI Contract Overview
Show more

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.

General Info

Procurement of 51 cockpit lights with delivery in 161 days, CMMC Level 2, ITAR compliance required.

Agency

Department Of Defense → ASC COMMODITIES DIVISION

View Agency

NAICS

336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing

View NAICS

Place of Performance

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

Set-Aside

NONE
Documents(1)

SPE4A6-26-T-861Y.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
LIGHT,COCKPIT,AIRCR
LIGHT, COCKPIT, AIRCRAFT
RD005: Cybersecurity Maturity Model Certification (CMMC) Level 2 Certified Third-Party Assessment Organization (C3PAO)
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
RD004: Cybersecurity Maturity Model Certification (CMMC) Level 2 Self-Assessment
RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS
(MANUFACTURERS AND NON-MANUFACTURERS)
RQ006: QUALITY CONFORMANCE INSPECTION REQUIREMENTS
RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN
RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES
RQ017: PHYSICAL INDENTIFICATION/BARE ITEM MARKING
RQ032: EXPORT CONTROL OF TECHNICAL DATA
This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data.
SPE4A6-26-T-861Y
SECTION B
The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. NSN/Part Number: 6220-01-361-4713 Quantity: 51 EA Purchase Request: 7015601461QTY: 51 Delivery: 161 days ADO

Similar Contracts

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