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

VALVE ASSEMBLY, ENVI

Active
SPE4A5-26-T-8317Federal
AI Contract Overview
Show more

This contract calls for the procurement of 17 units of a commercial valve assembly designed for environmental control in air systems, specifically identified by part number 110767-2 and NSN 1660-00-876-2843. The contract is issued to Honeywell International, Inc. with a delivery location at the DLA Distribution Depot in Oklahoma, Tinker Air Force Base. The delivery timeframe is set for 171 days from the award date, with an original required delivery date of February 8, 2027. Packaging and marking must comply with ASTM D3951, MIL-STD-129, and specific DLA packaging requirements, ensuring the item is properly prepared for shipment and inspection verifies acceptance at the destination. Technical and quality requirements follow DLA’s Master List, which takes precedence over general packaging standards, and inspection and acceptance occur at the delivery point. The contract includes critical requirements such as the Cybersecurity Maturity Model Certification (CMMC) Level 2 self-assessment, sampling and testing protocols aligned with MIL-STD-1916 or equivalent plans, and removal of government identification from non-accepted supplies. Item unique identification is waived per the service customer’s request. The contract is managed under solicitation number SPE4A5-26-T-8317 by the Department of Defense's ASC Supplier OEM Division, with point of contact Anthony Duguay for administrative and technical correspondence.

General Info

Honeywell to deliver 17 commercial valve assemblies to DLA Depot, Tinker AFB by Feb 2027.

Agency

Department Of Defense → ASC SUPPLIER OPER OEM DIVISION

View Agency

NAICS

336411 - Aircraft Manufacturing

View NAICS

Place of Performance

3301 F AVE CEN REC BLDG 506 DR 22, TINKER AFB, OK, 73145-8000, US

Set-Aside

NONE
Documents(1)

SPE4A5-26-T-8317.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
VALVE ASSEMBLY,ENVI
VALVE ASSEMBLY, ENVIRONMENTAL CONTROL, AIR
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.
RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR)
RD002, COVERED DEFENSE INFORMATION APPLIES
RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES
Item Unique Identification is not required by request of the Service customer. DFARS 252.211-7003(c)(1)(i) applies.
RT001: MEASURING AND TEST EQUIPMENT
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
--
--
THIS ITEM IS IDENTIFIED AS A COMMERCIAL ITEM (TO INCLUDE 'COMMERCIAL
OF A TYPE')
--
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.
--
SPE4A5-26-T-8317
SECTION B
CRITICAL APPLICATION ITEM
HONEYWELL INTERNATIONAL, INC 64547 P/N 110767-2
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
SPE4A5-26-T-8317
SECTION B
PR: 7015601423 PRLI: 0001 CONT’D
CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE.
0001 7015601423 0001 EA 17.000
NSN/MATERIAL:1660008762843
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
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:
SW3211
DLA DISTRIBUTION DEPOT OKLAHOMA
3301 F AVE CEN REC BLDG 506 DR 22
TINKER AFB OK 73145-8000
US
FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE
C20 AND CONTRACT
FREIGHT SHIPPING ADDRESS:
SW3211
DLA DISTRIBUTION DEPOT OKLAHOMA
3301 F AVE CEN REC BLDG 506 DR 22
TINKER AFB OK 73145-8000
US
Need Ship Date:08/18/2026 Original Required Delivery Date:02/08/2027
SPE4A5-26-T-8317 NSN/Part Number: 1660-00-876-2843 Quantity: 17 EA Purchase Request: 7015601423QTY: 17 Delivery: 171 days ADO

Similar Contracts

NAICS: 336411
New
Federal

15--DUCT ASSEMBLY,BLEED

The contract involves the procurement of seven units of duct assembly bleed items, identified by NSN 1560001367981. These items are to be delivered to the DLA Distribution center located in Warner Robins within a delivery timeframe of 161 days after order. The solicitation is a request for quotation (RFQ) issued by the Defense Logistics Agency (DLA) Aviation, under the Department of Defense. The production of this source-controlled item must adhere strictly to the approved source specification 70628 12533-101A and conform to the referenced drawing and military standards. Only electronic submission of quotes is accepted, and all responsible suppliers can submit their quotations, which will be evaluated if received on time. The solicitation document, titled "15--DUCT ASSEMBLY,BLEED" with number SPE4A726T032S, was posted on March 1, 2026, with a response deadline of March 9, 2026. It is a combined-type procurement activity categorized under NAICS code 336411, which pertains to aerospace product and parts manufacturing. The primary point of contact for questions is provided via email, ensuring communication is centralized. The solicitation and related documentation, including digital drawings and military standards, are accessible online through the official DLA website; no hard copies will be distributed. The place of performance details remain unspecified, with the office managing the contract located in Richmond, Virginia.

DLA Aviation

POSTED

1 day ago

DEADLINE

in 7 days

View Details
NAICS: 336411
New
Federal

Engineering and technical support for AN/APG-65 and AN/APG-79 Active Electronically Scanned Array (AESA) radars

The Naval Air Systems Command (NAVAIR) is conducting market research to identify potential contractors capable of providing engineering and technical support for the AN/APG-65 and AN/APG-79 Active Electronically Scanned Array (AESA) radars installed on F/A-18C/D/E/F aircraft at both CONUS and OCONUS locations. This effort requires on-site representatives with expertise in maintaining, ensuring reliability, and supporting the readiness of these AESA radar systems. The contract focuses on delivering comprehensive technical support to sustain these complex radar systems critical to military avionics operations. This notice is a sources sought announcement, not a solicitation, and does not commit the Government to any contract award. Interested companies must submit a capability statement of no more than five pages detailing their experience with AESA or similar airborne radars, on-site military avionics technical support, maintenance and reliability of electronic systems, and familiarity with relevant Department of War technical documentation. Submissions should include company information such as name, address, CAGE code, primary contact, and business size under NAICS code 336411. Responses are due electronically by March 17, 2026, and will be used solely for acquisition planning purposes. The Government will not compensate respondents for costs related to this submission, and no unsolicited proposals will be accepted at this time.

Naval Air Systems Command

POSTED

1 day ago

DEADLINE

in 16 days

View Details