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

TRANSMITTER, PRESSUR

Active
SPE4A5-26-T-8287Federal
AI Contract Overview
Show more

This contract covers the procurement of four units of a pressure transmitter (NSN 6685-01-489-1170, P/N 7176-01) intended for delivery to the Defense Logistics Agency distribution center in Tracy, California. The contract specifies strict adherence to DLA packaging requirements, including compliance with MIL-STD-129 for marking and labeling, and ASTM D3951 for commercial packaging where applicable. The materials must be free of intentional mercury content unless specifically exempted due to functional usage, conform to quality standards outlined in the DLA Master List of Technical and Quality Requirements, and undergo acceptance inspection at the destination. Sampling and quality verification will follow MIL-STD-1916 or comparable zero-based sampling plans with defined acceptance quality levels for critical, major, and minor attributes. The contract delivery schedule requires the items to be shipped by August 18, 2026, with a final required delivery date of October 25, 2026, and includes strict zero-percent variance in quantity. The unit price and total price details are integrated into the contract, which identifies Howell Laboratories Inc. as the supplier and specifies destination inspection and acceptance points. Special handling instructions include compliance with packaging for hazardous materials if applicable, and the removal of government identification from non-accepted supplies. The contract is managed by the ASC Supplier Operations OEM Division under the Department of Defense, with a primary point of contact provided for communication regarding the solicitation.

General Info

Procurement of four pressure transmitters by October 2026, meeting DLA packaging and quality standards.

Agency

Department Of Defense → ASC SUPPLIER OPER OEM DIVISION

View Agency

NAICS

334512 - Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use

View NAICS

Place of Performance

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

Set-Aside

NONE
Documents(1)

SPE4A5-26-T-8287.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
TRANSMITTER,PRESSUR
TRANSMITTER,PRESSURE
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.
RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS
(MANUFACTURERS AND NON-MANUFACTURERS)
RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES
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.
MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL
NOT BE INTENTIONALLY ADDED TO<(>,<)> OR COME IN DIRECT
CONTACT WITH<(>,<)> ANY HARDWARE OR SUPPLIES FURNISHED
UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY
USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED
INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS;
AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA.
PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS
CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN
A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR
MERCURY COMPOUND. (IAW NAVSEA 5100-003D).
P/N 7176-01
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.
CRITICAL APPLICATION ITEM
HOWELL LABORATORIES INC 22501 P/N 7176-01
SPE4A5-26-T-8287
SECTION B
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 7015599057 0001 EA 4.000
NSN/MATERIAL:6685014891170
DELIVERY (IN DAYS):0171
DELIVER FOB: ORIGIN
QTY VARIANCE: PLUS 0% MINUS 0%
INSPECTION POINT: DESTINATION
ACCEPTANCE POINT: DESTINATION
PREP FOR DELIVERY:
PKGING DATA-QUP:001
IF MATERIAL IS CONSIDERED HAZARDOUS IAW FED-STD-313,
PACKAGE IN ACCORDANCE WITH TQ REQUIREMENT IP025.
IF THE MATERIAL IS NOT CONSIDERED HAZARDOUS, IN ACCORDANCE WITH
FED-STD-313, THE MATERIAL SHALL BE COMMERCIALLY 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:
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
SPE4A5-26-T-8287
SECTION B
PR: 7015599057 PRLI: 0001 CONT’D
US
Need Ship Date:08/18/2026 Original Required Delivery Date:10/25/2026
SPE4A5-26-T-8287 NSN/Part Number: 6685-01-489-1170 Quantity: 4 EA Purchase Request: 7015599057QTY: 4 Delivery: 171 days ADO

Similar Contracts

NAICS: 334512
New
Federal

INDICATOR SUBASSEMB

This contract covers the procurement of two units of a pressure indicator subassembly, identified by part number SP-0356-0592 and NSN 6685-01-457-0956, for delivery to Hill Air Force Base. The contract specifies adherence to DLA packaging requirements, MIL-STD-129 marking standards, and packaging details aligned with MIL-STD-2073-1E to ensure proper preservation and handling, including special handling instructions for delicate instruments. The procurement does not require item unique identification per DFARS regulations, and sampling and inspection will be conducted according to military standards such as MIL-STD-1916 or ASQ H1331, ensuring strict quality control with defined acceptance levels for critical, major, and minor attributes. Delivery is FOB origin with inspection and acceptance at the destination, with a required delivery timeframe of 161 days from the contract award, aiming for shipment by August 18, 2026, and final delivery by August 31, 2026. The contract incorporates technical and quality requirements from the DLA master list with revision control depending on solicitation or award dates. The supplier Rogerson Kratos, associated with CAGE 34830, is the designated manufacturer, responsible for compliance with source approval, documentation, identification, and packaging criteria. Shipping will be directed to the DLA Distribution Depot at Hill AFB, Utah, with hazardous materials handling and shipment processes conforming to applicable DoD procedures. The contract is managed by the Department of Defense’s ASC Supplier OEM Division, NAICS code 334512, with a point of contact provided for inquiries.

ASC SUPPLIER OPER OEM DIVISION

POSTED

about 10 hours ago

DEADLINE

in 8 days

View Details
NAICS: 334512
New
Federal

TRANSMITTER, PRESSURE

This contract is for the procurement of pressure transmitters, specifically identified under NSN 6685-01-497-0984, with a total quantity of four units to be delivered to the Defense Logistics Agency (DLA) Distribution San Joaquin facility in Tracy, California. The contract requires adherence to DLA packaging requirements, technical and quality standards as delineated in the DLA Master List, and prohibits the intentional addition or direct contact with mercury or mercury compounds in the supplied hardware. Inspections and acceptance are to be conducted at the destination, with packaging and marking conforming to military standards MIL-STD-2073-1E and MIL-STD-129 respectively. The delivery is scheduled for 161 days from award, with an original required delivery date of February 6, 2027. Quality assurance sampling will follow MIL-STD-1916 or equivalent standards, emphasizing strict compliance with acceptance levels based on attribute criticality. The contract stipulates removal of government identification from non-accepted supplies and mandates no special marking beyond prescribed standards. Freight transportation instructions and address details are specified, along with contact information for contract inquiries. The solicitation was posted on March 1, 2026, with a response deadline of March 9, 2026, under solicitation number SPE4A6-26-T-862A, managed by the Department of Defense via the ASC Commodities Division.

ASC COMMODITIES DIVISION

POSTED

about 10 hours ago

DEADLINE

in 8 days

View Details
NAICS: 334512
New
Federal

SENSOR, AMBIENT TEMP

This contract covers the procurement of two ambient temperature sensors, identified by NSN 6685-01-652-7045 and part number 825312-2, for delivery to the Defense Logistics Agency (DLA) Distribution Depot at Tinker Air Force Base. The sensors must comply with stringent technical and quality requirements as specified by the DLA Master List, including traceability documentation, configuration management, and FAA airworthiness approvals. Packaging, preservation, and marking must adhere to federal and military standards such as MIL-STD-2073-1E and MIL-STD-129, ensuring proper handling and identification throughout the supply chain. Sampling and inspection methods are governed by MIL-STD-1916 or comparable plans, emphasizing zero tolerance for non-conformance unless otherwise stated. The contract stipulates a delivery timeline of 32 days, with acceptance and inspection occurring at the destination. Special attention is required for supply chain traceability and removal of government identification from non-accepted supplies. The sensors are designated as critical application items, requiring certificates of airworthiness and conformance in line with FAA regulations. The purchase request is managed by the ASC Supplier OEM Division under the Department of Defense, with specified contact details for contract coordination. The solicitation was posted in late February 2026, with responses due by early March, and a required ship date set for early March 2026 to meet a final delivery deadline of May 1, 2026.

ASC SUPPLIER OPER OEM DIVISION

POSTED

3 days ago

DEADLINE

in 1 day

View Details