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

TERMINAL, LUG

Active
SPE4A0-26-T-2101Federal
AI Contract Overview
Show more

The contract SPE4A0-26-T-2101 involves the procurement of four units of Terminal, Lug identified by NSN 5940-00-604-8857 with a required delivery within five days of order. The contract is managed by the Aviation Supply Chain ESOC BUYS under the Department of Defense and is to be delivered FOB origin to Laughlin Air Force Base, Texas. Packaging and shipping must comply with stringent standards, including ASTM D3951, MIL-STD-129 for marking and labeling, and DLA packaging requirements (RP001). The contract emphasizes adherence to the DLA Master List of Technical and Quality Requirements, which take precedence over other standards, and mandates sampling inspection per MIL-STD-1916 or equivalent sampling plans. Additional critical elements include the requirement for Cybersecurity Maturity Model Certification (CMMC) Level 2 self-assessment, removal of government identification from non-accepted supplies, and careful physical identification or bare item marking. The inspection and acceptance points are at the destination, and quantity variance is zero percent both plus and minus, ensuring precise order fulfillment. Shipment must be expedited by the fastest traceable means, explicitly excluding parcel post, with specific freight forwarding details provided. The contract also references approved part numbers and manufacturers for related components, underscoring compliance and quality assurance critical to defense procurement.

General Info

Procure four Terminal Lugs NSN 5940-00-604-8857, deliver five days FOB Laughlin AFB.

Agency

Department Of Defense → AVIATION SUPPLY CHAIN ESOC BUYS

View Agency

NAICS

335931 - Current-Carrying Wiring Device Manufacturing

View NAICS

Place of Performance

155 CALIFORNIA AVE BLDG 77, LAUGHLIN AFB, TX, 78843-5114, US

Set-Aside

NONE
Documents(1)

SPE4A0-26-T-2101.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 → AVIATION SUPPLY CHAIN ESOC BUYS
Contacts1 person available
OfficeUS
Organization / Agency
Department Of Defense → AVIATION SUPPLY CHAIN ESOC BUYS
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
TERMINAL,LUG
TERMINAL, LUG
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.
RD002, COVERED DEFENSE INFORMATION APPLIES
RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES
RD004: Cybersecurity Maturity Model Certification (CMMC) Level 2 Self-Assessment RD004: Cybersecurity Maturity Model Certification (CMMC) Level 2 Self-Assessment RQ017: PHYSICAL INDENTIFICATION/BARE ITEM MARKING
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.
THOMAS & BETTS CO, CAGEC 56501, P/N C116 OR
BURNDY CORP, CAGEC 09922, P/N YAV10T23F
US ARMY AVIATION AND MISSILE 18876 P/N 9000942
U S ARMY TANK AUTOMOTIVE COMMAND 19207 P/N 9000942
ABB INSTALLATION PRODUCTS INC. 56501 P/N C116
BURNDY LLC 1NJK8 P/N YAV10T23F
SOURIAU USA, INC. 09922 P/N G231599-1
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
SPE4A0-26-T-2101
SECTION B
PR: 7015835236 PRLI: 0001 CONT’D
CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE.
0001 7015835236 0001 EA 4.000
NSN/MATERIAL:5940006048857
DELIVERY (IN DAYS):0005
DELIVER FOB: ORIGIN
QTY VARIANCE: PLUS 0% MINUS 0%
INSPECTION POINT: DESTINATION
ACCEPTANCE POINT: DESTINATION
PREP FOR DELIVERY:
PKGING DATA-QUP:001
WILL BE PACKAGED IN ACCORDANCE WITH ASTM D3951.
All DLA Master List of Technical and Quality Requirements take precedence over ASTM D3951. Mark and label all packaging and packing in accordance with MIL-STD-129. The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order. PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
PARCEL POST ADDRESS:
FB3099
FB3099 47 LRF LGS
CP 830 298 5795
155 CALIFORNIA AVE BLDG 77
LAUGHLIN AFB TX 78843-5114
US
RDD 777 SHIPMENT. SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST.
FREIGHT SHIPPING ADDRESS:
FB3099
FB3099 47 LRF LGS
CP 830 298 5795
155 CALIFORNIA AVE BLDG 77
LAUGHLIN AFB TX 78843
US
M/F: (TCN) FB309960650002
RDD: 777
PROJ: AWP TP 1
SUPP ADD: YAR782 SIG: A
FOR GOVERNMENT USE ONLY: (IPD) 03
DIC: A0A DIST: 01 ADV: 6L FC: 6C
Need Ship Date:00/00/0000 Original Required Delivery Date:03/11/2026
SPE4A0-26-T-2101
SECTION B
PR: 7015835236 PRLI: 0001 CONT’D
SPE4A0-26-T-2101 NSN/Part Number: 5940-00-604-8857 Quantity: 4 EA Purchase Request: 7015835236QTY: 4 Delivery: 5 days ADO

Similar Contracts

NAICS: 335931
New
Federal

CABLE ASSEMBLY, SPECIAL

This contract involves the procurement of a special purpose electrical cable assembly, identified by NSN 5995-01-692-4680, with a quantity of one unit to be delivered within five days after order. The contract is issued by the Department of Defense under the Aviation Supply Chain ESOC BUYS office, with performance expected at Fort Irwin. It includes stringent cybersecurity requirements, mandating compliance with Cybersecurity Maturity Model Certification (CMMC) Level 2 standards, both self-assessment and third-party assessment. The contract also incorporates detailed technical and quality requirements as defined by the Defense Logistics Agency's master list, along with packaging, inspection, acceptance, and component qualification stipulations. Additionally, the contract addresses sensitive areas such as export control, requiring all technical data related to the cable assembly to comply with International Traffic in Arms Regulations (ITAR) and Export Administration Regulations (EAR). Access to this technical data is restricted to contractors who have fulfilled necessary certification and training requirements and have received approval from the DLA authority. Government markings on non-accepted supplies must be removed, and item unique identification is waived per the service customer’s request. The solicitation deadline is March 20, 2026, with the contract number SPE4A0-26-T-2122, and the primary point of contact is Danita Davis from the DLA.

AVIATION SUPPLY CHAIN ESOC BUYS

POSTED

1 day ago

DEADLINE

in 7 days

View Details
NAICS: 335931
New
Federal

CABLE ASSEMBLY, SPEC

The contract is for the procurement of a specified cable assembly under the solicitation number SPE4A0-26-T-2103. It involves the purchase of one unit with an NSN/Part Number 5995-01-699-2138, to be delivered within five days FOB origin, with inspection and acceptance taking place at the destination. The item must comply with strict technical and quality requirements as outlined in the DLA Master List, including cybersecurity maturity certification (CMMC Level 2 self-assessment), physical identification and marking standards per MIL-STD-129, and packaging according to MIL-STD-2073-1E and DLA packaging requirements (RP001). Sampling and inspection procedures are dictated by military standards MIL-STD-1916 or ASQ H1331 for quality assurance to ensure product conformance. The contract designates that all government identification must be removed from supplies that are not accepted, and the shipment is required to be sent by the fastest traceable means, explicitly prohibiting parcel post. Delivery is scheduled to a military logistics site at Fort Drum, NY, with specific logistical details and marking instructions provided for shipping and handling. The solicitation is managed by the Department of Defense’s Aviation Supply Chain office and includes provisions for compliance with covered defense information protection standards. The primary point of contact is Danita Davis at the DLA, and responses to the solicitation are due by March 20, 2026.

AVIATION SUPPLY CHAIN ESOC BUYS

POSTED

1 day ago

DEADLINE

in 7 days

View Details
NAICS: 335931
New
Federal

CABLE ASSEMBLY, SPEC

This contract is for the procurement of cable assemblies under the specification listed as CABLE ASSEMBLY, SPEC with the solicitation number SPE4A7-26-T-079T. It includes the purchase of a total of nine units—seven units under purchase request 7015835964 and two units under 7015876912. The items must be delivered within 10 days of the order, with the first delivery required by March 6, 2026, and the second by March 10, 2026. The cable assemblies are identified by the National Stock Number (NSN) 5995-01-626-4900 and are critical application items. Inspection and acceptance of all items will be at the destination point. Packaging and marking requirements adhere to military standards MIL-STD-2073-1E for packaging and MIL-STD-129 for marking, with additional stipulations for damage prevention, preservation, and palletization as outlined by DLA packaging requirements. The contract mandates strict quality and technical controls as incorporated from the DLA master list of requirements, with sampling methods conforming to MIL-STD-1916 or equivalent standards to ensure zero non-conformances unless otherwise specified. Government identification removal is required for rejected supplies, and there is no requirement for item unique identification per the customer's request. Transportation instructions specify FOB origin delivery with traceable shipping methods that exclude parcel post. Deliveries are designated to specific military addresses in Germany and the United States, emphasizing secure handling and government use only. The contract is managed by the Department of Defense’s ASC Supplier Operations AE and AF Division, with Denise Prince as the primary point of contact.

ASC SUPPLIER OPER AE AND AF DIV

POSTED

1 day ago

DEADLINE

in 7 days

View Details