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

SWAGING, TOOL, BEARIN

Active
SPE4A6-26-T-762ZFederal
AI Contract Overview
Show more

This contract involves the procurement of five swaging tools, specifically bearing swaging tools, identified by the National Stock Number 5120-01-520-5984 and part number RST3003. The contract is issued by the Department of Defense’s ASC Commodities Division under solicitation number SPE4A6-26-T-762Z, with a delivery requirement of 170 days after order acknowledgment and a preferred delivery date of July 31, 2026. The items are commercial off-the-shelf (COTS) and must meet specified technical and quality requirements as incorporated from the DLA Master List, including packaging and marking standards in accordance with MIL-STD-2073-1E and MIL-STD-129, respectively. The delivery and inspection points are designated at the destination, specifically the DLA Distribution Center in Tracy, California. Packaging must comply with DLA packaging requirements and the contract specifies no variance in quantity, underscoring the expectation for exact fulfillment. The contract emphasizes adherence to identified quality, technical, and packaging standards, with instructions for shipment and appropriate address details for receiving at the designated government warehouse. The contract includes provisions for removal of government identification from non-accepted supplies and indicates that shipping terms are FOB origin. The primary contact for this contract is a government representative, ensuring coordination on technical, logistical, or contractual issues.

General Info

Procurement of five bearing swaging tools, delivered by July 31, 2026, adhering to military standards.

Agency

Department Of Defense → ASC COMMODITIES DIVISION

View Agency

NAICS

488190 - Other Support Activities for Air Transportation

View NAICS

Place of Performance

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

Set-Aside

NONE
Documents(1)

SPE4A6-26-T-762Z.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
SWAGING,TOOL,BEARIN
SWAGING TOOL, BEARIN
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
RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES
THIS ITEM IS IDENTIFIED AS A COMMERCIAL OFF THE SHELF (COTS) ITEM
JAMAICA BEARINGS CO., INC. 04836 P/N RST3003
REXNORD INDUSTRIES, LLC 77896 P/N RST3003
BELL TEXTRON INC 97499 P/N RST3003
J R POTTER & ASSOCIATES INC 0GKW5 P/N RST3003
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 7015606249 0001 EA 5.000
NSN/MATERIAL:5120015205984
DELIVERY (IN DAYS):0170
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:CA CUSH/DUNN MAT:NA CUSH/DUNN THKNESS:C
UNIT CONT:E5 OPI:M
INTRMDTE CONT:E5 INTRMDTE CONT QTY:AAA
PACK CODE:U
SPE4A6-26-T-762Z
SECTION B
PR: 7015606249 PRLI: 0001 CONT’D
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
PARCEL POST ADDRESS:
W62G2T
W1A8 DLA DIST SAN JOAQUIN
25600 S CHRISMAN ROAD
REC WHSE 57
TRACY CA 95304-5000
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:07/31/2026
SPE4A6-26-T-762Z NSN/Part Number: 5120-01-520-5984 Quantity: 5 EA Purchase Request: 7015606249QTY: 5 Delivery: 170 days ADO

Similar Contracts

NAICS: 488190
New
Federal

STOP LIGHT-TAILLIGH

This contract, identified by solicitation number SPE4A7-26-T-031P, involves the procurement of 100 units of a stop light-taillight assembly with the National Stock Number 6220-12-151-4411. The delivery is required within 20 days, FOB origin, with strict packaging, marking, and shipping requirements in accordance with military standards such as MIL-STD-2073-1E for packaging and MIL-STD-129 for marking. The contract incorporates Defense Logistics Agency (DLA) packaging requirements and relevant technical and quality standards as outlined in the DLA Master List of Technical and Quality Requirements. The inspection and acceptance points are both at origin, with no quantity variance permitted. The items are destined for the Lithuanian Armed Forces’ logistics support company depot storage service located in Kaunas, Lithuania. Shipping is coordinated through DSV Air & Sea Inc. in Carteret, NJ, using specified freight forwarder codes. The contract emphasizes adherence to Defense Federal Acquisition Regulations and includes clearance for handling covered defense information. The government contact for this solicitation is Denise Prince from the Defense Logistics Agency, responsible for managing procurement under the Department of Defense’s Air and Space Command Supplier Operations division. The original required delivery date is March 4, 2026, with the solicitation posted on March 1, 2026, and a response deadline of March 9, 2026.

ASC SUPPLIER OPER AE AND AF DIV

POSTED

about 10 hours ago

DEADLINE

in 8 days

View Details
NAICS: 488190
New
Federal

BRACKET, B2 REV 2, AI

This contract covers the procurement of 117 units of the BRACKET, B2 REV 2, AI, identified by NSN 6340-01-525-3472, with a delivery timeline of 171 days from the date of award. The items must comply with specified technical and quality requirements referenced from the DLA Master List, as well as adhere to packaging and labeling standards in accordance with ASTM D3951 and MIL-STD-129, with particular attention to DLA packaging protocols. The contract strictly prohibits the intentional use or contact with mercury or mercury-containing compounds in the hardware supplied, except for specific functional uses as outlined. Sampling and inspection methods are governed by MIL-STD-1916 or ASQ H1331, with defined acceptance quality levels to ensure product conformity. The shipment is to be delivered FOB Origin to DLA Distribution at Cherry Point, North Carolina, with inspection and acceptance to be carried out at the destination. Additionally, the contract incorporates cybersecurity requirements mandating a Cybersecurity Maturity Model Certification (CMMC) Level 2 self-assessment. Physical identification and marking of bare items are also specified to meet DLA standards. The contracting agency is the Department of Defense, specifically the ASC Commodities Division, with contact provided for coordination. Delivery preparation includes palletization consistent with contract packaging requirements, and transportation follows DLA directives. The solicitation and award control revisions of quality and technical documentation, ensuring compliance with the master list effective at the time of solicitation or award.

ASC COMMODITIES DIVISION

POSTED

2 days ago

DEADLINE

in 3 days

View Details