ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|x|||||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3||PE57|N52214.10| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|TBD||TBD|TBD|TBD|TBD|TBD|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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|334412|750||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| The purpose of this amendment is to combine PCN04441426629 with a quantity of 2to this requirement. The quantity for this whole folder is being increased from 3 each to 5 each. This solicitation is for FMS. All potential offers shall provide newly manufactured spares only. Usedrefurbished, remanufactured, or repaired material will not be acceptable. The Government physically does not have in its possession sufficient, accurateor legible data to purchase this part from other than the current source(s). 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'sletterhead, to the buyer point of contact indicated on the solicitation viaemail, at time of proposal submittal. This Solicitation is being issued under Emergency Acquisition Flexibilities(EAF) formally known as SEPA This requirement is for a Critical Application Item (CAI). \
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
This opportunity involves the assembly of circuit cards for the Defense Logistics Agency (DLA). Given the specificity of the PSC code and NAICS classification, bidders with expertise in electronics manufacturing, particularly circuit assembly, are well positioned to compete for this contract.
The buyer is seeking qualified vendors to produce and assemble circuit cards in compliance with DLA standards, ensuring reliability and performance.
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 334412 (last 12 months), benchmarked to sector 33.