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

WIRING HARNESS, BRAN

Active
SPE4A0-26-T-2120Federal
AI Contract Overview
Show more

The contract involves the procurement of a wiring harness, branched, identified by NSN/Part Number 6150-01-681-9807, with a quantity of one unit and a delivery timeline of 95 days after the award. This solicitation, issued by the Department of Defense through the Aviation Supply Chain ESOC BUYS office, mandates compliance with stringent technical, quality, and cybersecurity requirements. The contractor must possess Cybersecurity Maturity Model Certification (CMMC) Level 2 or equivalent third-party assessment. The product must adhere to detailed physical identification, marking, packaging, inspection, and quality assurance procedures as outlined in the DLA's master list of technical and quality requirements, with sampling and acceptance criteria based on military standards. The contract also imposes strict export control regulations due to the technical data associated with the wiring harness, governed by ITAR and EAR. Access to this export-controlled data is limited to contractors with approved certifications under the US/Canada Joint Certification Program, completion of required DLA training, and formal approval by the DLA controlling authority. The contract is solicited through the Defense Logistics Agency with a designated point of contact for queries and clarifications. The place of performance is specified as Fort Stewart, Georgia, ensuring compliance with federal acquisition regulations and defense industry standards throughout the procurement and delivery process.

General Info

Procurement of wiring harness with CMMC Level 2, ITAR-controlled, delivered in 95 days to Fort Stewart.

Agency

Department Of Defense → AVIATION SUPPLY CHAIN ESOC BUYS

View Agency

NAICS

335311 - Power, Distribution, and Specialty Transformer Manufacturing

View NAICS

Place of Performance

8420 ASSAULT AVE, FORT STEWART, GA, 31313-0000, US

Set-Aside

NONE
Documents(1)

SPE4A0-26-T-2120.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
WIRING HARNESS,BRAN
WIRING HARNESS,BRANCHED
RD005: Cybersecurity Maturity Model Certification (CMMC) Level 2 Certified Third-Party Assessment Organization (C3PAO) RD004: Cybersecurity Maturity Model Certification (CMMC) Level 2 Self-Assessment RQ017: PHYSICAL INDENTIFICATION/BARE ITEM MARKING
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
RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
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
RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN
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.
SPE4A0-26-T-2120
SECTION B
RQ032: EXPORT CONTROL OF TECHNICAL DATA
This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data.
The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. NSN/Part Number: 6150-01-681-9807 Quantity: 1 EA Purchase Request: 7015830460QTY: 1 Delivery: 95 days ADO

Similar Contracts

NAICS: 335311
New
Federal

CABLE ASSEMBLY, SPEC

The contract involves the procurement of two units of a specific cable assembly (NSN 6150-01-668-4365) with part numbers associated to CAGE codes 24575 and 81361. It requires adherence to strict technical, quality, and packaging standards as outlined in the Defense Logistics Agency’s master list of requirements and applicable military standards such as MIL-STD-1916 and ASQ H1331 for sampling. The contract mandates compliance with cybersecurity measures, including CMMC Level 2 certification or self-assessment, and requires proper physical identification and marking of items. Additionally, the contract enforces export control regulations under ITAR and EAR, restricting disclosure of technical data to authorized personnel and organizations only. Contractors must hold approved certifications, complete designated DLA training, and receive approval to access export-controlled data. The contract, issued by the Department of Defense through the ASC Supplier Operations AE and AF Division, specifies a delivery timeframe of 20 days to Fort Lee, Virginia. The solicitation was posted on March 12, 2026, with a response deadline of March 20, 2026. It falls under NAICS code 335311 and includes detailed provisions for quality assurance, data security, and government property handling, ensuring that both the physical product and associated technical data are tightly controlled. The designated point of contact is Denise Prince, reachable via email and phone, providing a clear channel for communication and contract management.

ASC SUPPLIER OPER AE AND AF DIV

POSTED

1 day ago

DEADLINE

in 7 days

View Details
NAICS: 335311
New
Federal

CABLE ASSEMBLY, SPEC

The contract involves the procurement of two units of a specified cable assembly, identified by NSN/Part Number 6150-01-697-8297, with delivery scheduled within 110 days from the order date. This solicitation, issued by the Department of Defense through the ASC Supplier Operations AE and AF Division, requires compliance with strict export control regulations governing technical data associated with the cable assembly. The technical data is subject to export control under ITAR and EAR, necessitating prior authorization from the Department of State or Department of Commerce before any export or disclosure to foreign nationals, including those located in the U.S., is permitted. Contractors must have an approved US/Canada Joint Certification Program (JCP) certification, complete specific export control training, and be approved by the controlling authority within the Defense Logistics Agency (DLA) to access this data. The place of performance for this contract is Fort Stewart, and the solicitation was posted on March 12, 2026, with responses due by March 20, 2026. The contract falls under NAICS code 335311, related to electric lamp bulb and part manufacturing, indicating the technical nature of the product. The primary point of contact is Denise Prince, reachable via email or phone. The contract emphasizes adherence to Defense Federal Acquisition Regulation Supplement clause DFARS 252.225-7048, ensuring proper handling and control of export-regulated technical information provided under the solicitation.

ASC SUPPLIER OPER AE AND AF DIV

POSTED

1 day ago

DEADLINE

in 7 days

View Details
NAICS: 335311
New
Federal

CABLE ASSEMBLY, SPEC

This contract involves the procurement of a specific cable assembly identified by NSN 6150-01-371-0274, with a quantity of one unit and a required delivery within five days after the date of order. The solicitation, issued by the Department of Defense through its Aviation Supply Chain ESOC BUYS office, carries the solicitation number SPE4A0-26-T-2096 and targets performance at Fort Irwin, California. The acquisition falls under NAICS code 335311, relating to electrical equipment manufacturing, and entails adherence to detailed specifications and quality requirements prescribed in the Defense Logistics Agency (DLA) Master List of Technical and Quality Requirements. The contract imposes strict compliance with packaging standards, cybersecurity requirements including CMMC Level 2 certification or assessment, and specific physical identification and marking of items. Sampling and inspection procedures align with military standards MIL-STD-1916 or ASQ H1331, ensuring rigorous quality control with zero tolerance for non-conformances unless otherwise specified. Export control regulations govern the handling and dissemination of technical data covered by ITAR and EAR, requiring contractors to hold appropriate certifications and training before accessing controlled information. The contracting officer’s point of contact is Danita Davis, reachable via email and phone, for further coordination or inquiries.

AVIATION SUPPLY CHAIN ESOC BUYS

POSTED

1 day ago

DEADLINE

in 7 days

View Details
NAICS: 335311
New
Federal

SUPPORT, MAINTENANCE

This contract pertains to support and maintenance services identified under solicitation number SPE4A6-26-T-942E, issued by the Department of Defense’s ASC Commodities Division. It requires the delivery of 100 units of a specified item, with a National Stock Number 6350-01-107-4290, within five days after the order date. The contract incorporates strict technical and quality requirements outlined in the Defense Logistics Agency (DLA) Master List, enforcing compliance with packaging standards, government identification protocols on non-accepted supplies, and specific sampling methods adhering to military standards such as MIL-STD-1916 or ASQ H1331. These quality assurance measures emphasize acceptance criteria targeting zero non-conformances where stipulated. Additionally, the contract involves sensitive technical data subject to export control regulations under the International Traffic in Arms Regulations (ITAR) and Export Administration Regulations (EAR). Disclosure or export of this data is tightly controlled, requiring prior authorization and specific certifications including participation in the US/Canada Joint Certification Program and completion of DLA-required training and questionnaires. The contractor must be approved by a DLA controlling authority to access export-controlled technical data, ensuring secure handling consistent with defense compliance standards. The solicitation was posted on March 12, 2026, with a response deadline of March 20, 2026, and the primary point of contact is Gloria Frimpong from the DLA.

ASC COMMODITIES DIVISION

POSTED

1 day ago

DEADLINE

in 7 days

View Details