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

WIRING HARNESS

Expired
SPE4A6-26-T-863WFederal
AI Contract Overview
Show more

This contract pertains to the procurement of a single wiring harness identified by NSN 5995-01-721-8267 and part number 8063010, with a delivery requirement of five days FOB origin. The acquisition is managed under solicitation SPE4A6-26-T-863W issued by the Department of Defense's ASC Commodities Division, with performance set in Pascagoula, Mississippi. Packaging and marking must comply with specific military standards, including MIL-STD-129 for marking and MIL-STD-2073-1E for packaging. Mercury and mercury-containing compounds are strictly prohibited in all hardware, packaging, and preservation materials unless specifically allowed under limited exceptions, ensuring environmental and safety compliance. Quality requirements incorporate standards from the DLA Master List and follow prescribed sampling and inspection methods such as MIL-STD-1916 or ASQ H1331 to ensure critical, major, and minor attributes meet defined acceptance quality levels. The inspection and acceptance points are both at destination, and shipment must be made by the fastest traceable means, excluding parcel post. Special attention is given to document control, government identification removal on non-accepted supplies, and adherence to detailed packaging and marking codes, reflecting a high level of regulatory compliance and traceability expected for defense procurement. The contract is overseen by a designated point of contact within the DLA and includes clear delivery instructions to specified government and commercial facilities.

General Info

Procurement of wiring harness with strict military standards, mercury-free, five-day delivery FOB Pascagoula.

Agency

Department Of Defense → ASC COMMODITIES DIVISION

View Agency

NAICS

335931 - Current-Carrying Wiring Device Manufacturing

View NAICS

Place of Performance

PO BOX 7003, PASCAGOULA, MS, 39567-7003, US

Set-Aside

NONE
Documents(1)

SPE4A6-26-T-863W.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
PhaseClosed
Posted

Solicitation

Response Deadline

Deadline has passed

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
WIRING HARNESS
WIRING HARNESS
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
RQ017: PHYSICAL INDENTIFICATION/BARE ITEM MARKING
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).
RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR)
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.
CURTISS-WRIGHT FLOW CONTROL CORPORATION 63600 P/N 8063010
SPE4A6-26-T-863W
SECTION B
PR: 7015633881 PRLI: 0001 CONT’D
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 7015633881 0001 EA 1.000
NSN/MATERIAL:5995017218267
DELIVERY (IN DAYS):0005
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:00 CUSH/DUNN MAT:NA CUSH/DUNN THKNESS:C
UNIT CONT:E5 OPI:M
INTRMDTE CONT:E5 INTRMDTE CONT QTY:AAA
PACK CODE:U
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
IP056: MERCURY OR MERCURY COMPOUNDS ARE PROHIBITED IN PRESERVATION,
PACKAGING, PACKING AND MARKING.
PARCEL POST ADDRESS:
N27502
SUPRVISOR OF SHIPBUILDING GULF
PO BOX 7003
PASCAGOULA MS 39567-7003
US
RDD 777 SHIPMENT. SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST.
FREIGHT SHIPPING ADDRESS:
N27502
HUNTINGTON INGALLS SHIPBUILDING
COSAL WAREHOUSE #2
13486 FASTWAY LANE
GULFPORT MS 39503
US
M/F: (TCN) N275024263C645
RDD: 777
PROJ: ZS0 TP 1
SPE4A6-26-T-863W
SECTION B
PR: 7015633881 PRLI: 0001 CONT’D
SUPP ADD: N48096 SIG: C
FOR GOVERNMENT USE ONLY: (IPD) 03
DIC: A4A DIST: V9B ADV: 2L FC: V7
Need Ship Date:00/00/0000 Original Required Delivery Date:02/23/2026
SPE4A6-26-T-863W NSN/Part Number: 5995-01-721-8267 Quantity: 1 EA Purchase Request: 7015633881QTY: 1 Delivery: 5 days ADO

Similar Contracts

NAICS: 335931
New
Federal

TERMINAL, LUG

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.

AVIATION SUPPLY CHAIN ESOC BUYS

POSTED

1 day ago

DEADLINE

in 6 days

View Details
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 6 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 6 days

View Details