COMMERCIAL PRODUCT PROCUREMENT NOTICE|5|||||| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||x|AS/EN/JISQ 9100 or equivalent||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|x|P598|N52214.09| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo)|Invoice 2in1|TBD|SPRPA1|TBD|TBD|SEE SCHEDULE|TBD|TBD|TBD|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 MONTHS|45 DAYS AFTER DISCOVERY OF DEFECT||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION 2025-O|81|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| CUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION|16||||||||||||||||| SERVICES (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|3|||| 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|IN LIEU OF FAX, EMAIL ELECTRONIC VERSION TO NIKOLIN.TOROVECI@DLA.mil| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)|4||||| For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. Procurement Note E05 (DLAD 46.292) is hereby incorporated by reference. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. THIS SOLICITATION IS BEING ISSUED UNDER EAF AUTHORITY; Synopsis is waived based on urgency (FAR 5.202(a)(2)). Unless for (P-8/P-3 Platform) Commercial Items (IAW FAR 2.101) readily available on the commercial market for which current FAA certification documentation (FAA Form 8130-3 Air Worthiness Approval Tag) will accompany individual product, for New Unused stock from the OEM, 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 a 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. Other than what is noted for P-8/P-3 Platform, all potential offers shall provide newly manufactured spares only. Refurbished, remanufactured, or repaired material will not be acceptable; Offers for such are ineligible for award. NAVSUP WSS Code N2 has determined that the requirements at DFARS 211.274 whichmandates the use of DFARS clause 252.211-7003 "Item Unique Identification and Valuation" in all solicitations and contracts, be deleted from all non-CLSSAFMS spares requirements processed by NAVSUP WSS and DLA-Aviation. The affected parts are wholly owned by FMS customer countries, arenot covered by a Cooperative Logistics Supply Support Arrangement (CLSSA), thesesame assets will be delivered to the customer country for their sole use. The IUID definition at DFARS 211.274-1 says IUID "is a system of marking, valuing and tracking items delivered to DoD." These spares are non-CLSSA FMS assets and will never be delivered to DoD. The assets are delivered to a domestic U.S. freight forwarder who is under contract by the FMS customer to ship the assets to the country of record. The FMS customer countries retain ownership of their parts throughout the asset's lifecycle. These parts will never be owned by the U.S. Government, and will never be entered into the DoD supply chain. Based on this, there is no needfor these non-CLSSA FMS country assets to be specially marked for tracking by DoD. \
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 proposals for the procurement of anti-collision equipment (PSC 1680, NAICS 336413). The solicitation highlights requirements such as item unique identification, quality assurance certifications, and the submission of electronic proposals that conform to outlined standards. This opportunity emphasizes the need for new products from government-approved suppliers, explicitly excluding refurbished or lower-quality materials. All interested contractors should be prepared to demonstrate compliance with the specified commercial product standards and provide necessary documentation.
DLA seeks to procure high-quality anti-collision equipment in compliance with specific military and commercial standards. The goal is to ensure safety, reliability, and timely delivery of materials to designated FMS customer countries.
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 336413 (last 12 months), benchmarked to sector 33.