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

MOUTH BARRIER, MANIK

Active
SPE2DH-26-T-2104Federal
AI Contract Overview
Show more

The contract is for the procurement of Mouth Barrier manikin face-shield barrier and lung bag combinations specifically designed for adult resuscitation training using the Prestan Adult CPR Training Manikin. These items are one-piece, disposable, and intended solely for training purposes. Each package contains 50 units, identified under NSN 6910-01-708-2080, and the contract calls for delivery within 20 days of order. The acquisition follows Defense Logistics Agency (DLA) packaging and technical quality requirements as specified in the current DLA Master List, ensuring compliance with government standards. The solicitation number is SPE2DH-26-T-2104, posted on March 1, 2026, with a response deadline of March 9, 2026. This procurement is managed by the Medical Supply Chain FSH under the Department of Defense, with the place of performance at FPO 96691. The contract emphasizes adherence to specific removal protocols for government identification on non-accepted supplies to maintain security and compliance. Contact for the contract is Tina Vu from DLA, reachable via email or phone, and further solicitation details are available through the designated DLA electronic business system.

General Info

Procurement of disposable adult CPR face-shield and lung bag kits, 50 units, delivered in 20 days.

Agency

Department Of Defense → MEDICAL SUPPLY CHAIIN FSH

View Agency

NAICS

336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing

View NAICS

Place of Performance

UNIT 100119 BOX 1, FPO, AP, 96691, US

Set-Aside

NONE
Documents(1)

SPE2DH-26-T-2104.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 CHAIIN FSH
Contacts1 person available
OfficeUS
Organization / Agency
Department Of Defense → MEDICAL SUPPLY CHAIIN FSH
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
MOUTH BARRIER,MANIK
MOUTH BARRIER, MANIKIN, RESUSCITATION TRAINING
..
FACE-SHIELD BARRIER / LUNG BAG COMBO; ADULT SIZE;
ONE-PIECE; DISPOSABLE. FOR TRAINING PURPOSES ONLY.
..
END ITEM IDENTIFICATION:
FOR USE WITH PRESTAN ADULT CPR TRAINING MANIKIN<(>,<)>
NSN 6910017080577.
..
UNIT OF ISSUE: PACKAGE (PG) OF 50 EACH
..
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
..
ADEQUATE DATA FOR THE NSN/Part Number: 6910-01-708-2080 Quantity: 1 PG Purchase Request: 7015705157QTY: 1 Delivery: 20 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