CONTACT INFORMATION|4|APAB.26|YPS|215-737-4834|AISHA.VARNADORE@DLA.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||X|ISO 9000 OR EQUIVALENT||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|X|TBD|TBD| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)|N/A|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|ONE YEAR FROM DATE OF DELIVERY|45 DAYS AFTER DETECTION OF DEFECT||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED PRODUCTS (MAY 2008))|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|336413|1250||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|215-737-7149| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| The total required quantity is hereby increased to 7 each. The total quantity of this solicitation is hereby increased to 6 each. This solicitation is amended to incorporate any FAR and DFARs provisions/clauses as shown on the attached page(s). All other terms and conditions remain unchanged. Drawings are not available for this Request for Quotation. Offerors are advised that offers received from sources which are not government-approved sources of supply will be deemed technically unacceptable, and therefore ineligible for award. Any distributors of approved source(s) MUST submit a copy of their authorized distributor letter, on the source's letterhead, to the buyer point of contact indicated on the solicitation via email, at time of proposal submittal. This solicitation is being issued under EAF Authority (formally known as SEPA).
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Defense Logistics Agency (DLA) is soliciting bids for the procurement of Bifilar Assemblies. The intent is to secure a reliable supply of these assemblies, with specific requirements outlined in the solicitation. This is a critical opportunity for suppliers with experience in government contracting, specifically those familiar with quality assurance standards like ISO 9000 or equivalent.
The buyer is seeking to procure a total of 6 each of Bifilar Assemblies to fulfill current contractual obligations and maintain supply chain integrity. They require suppliers to comply with specific quality standards and certifications.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 333998 (last 12 months), benchmarked to sector 33.