TADD BELLMOUTH
ID: SPMYM4-25-Q-0273Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA MARITIME - PEARL HARBORPEARL HARBOR, HI, 96860-5033, USA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)
Timeline
  1. 1
    Posted Mar 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Maritime Pearl Harbor, is soliciting proposals for the procurement of a TADD Bellmouth, part number 04-15-210. This opportunity is aimed at small businesses, including service-disabled veteran-owned and women-owned enterprises, and requires compliance with specific Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. The TADD Bellmouth is critical for aircraft maintenance and repair operations, ensuring adherence to national security standards and quality requirements. Interested vendors must submit their proposals by March 28, 2025, and direct any inquiries to Contracting Officer Wongduean Guajardo at wongduean.a.guajardo.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 7:08 PM UTC
The document outlines a government Request for Proposal (RFP) numbered SPMYM425Q0273, issued for supplies and services related to a specific procurement by the Defense Logistics Agency (DLA) Maritime Pearl Harbor. The RFP includes key information such as the due date for offers (April 11, 2025, at 11:00 AM), detailed specifications for the required item (a TADD Bellmouth), and several clauses incorporated by reference, including evaluations based on delivery, technical acceptability, and price. The document emphasizes the need for contractors to be registered in the System for Award Management (SAM) and details requirements for providing traceability and compliance documentation. It highlights various compliance standards such as the necessity for contracts to adhere to specified FAR (Federal Acquisition Regulation) clauses, business size classification, and requirements for small businesses. The RFP also stresses the significance of using covered telecommunications equipment in compliance with national security standards and provides information on the conditions under which substitutions of items are permissible post-award. The tone is formal and regulatory, ensuring legal and procedural adherence for all bidding contractors. Overall, the RFP serves as a comprehensive guide for vendors preparing to submit proposals for government contracts within the defense sector.
Apr 4, 2025, 7:08 PM UTC
Apr 4, 2025, 7:08 PM UTC
Apr 4, 2025, 7:08 PM UTC
The document outlines a request for proposals (RFP) for the procurement of a TADD Bellmouth part number 04-15-210 by the Defense Logistics Agency (DLA) Maritime Pearl Harbor. The solicitation is open to small businesses, including service-disabled veteran-owned and women-owned enterprises, and is set to be awarded based on price, technical capability, and delivery terms. The proposal submission deadline is March 28, 2025, with all inquiries directed to Contracting Officer Wongduean G. Guajardo. The RFP emphasizes the need for compliance with specific Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, mandating adherence to standards related to telecommunications services, as well as various labor and equal opportunity stipulations. It also requires transparency in pricing, invoicing, and delivery terms, and mandates that the bidder provide detailed business credentials including DUNS, CAGE Code, and SAM registration. Registered contractors are expected to provide materials in accordance with strict quality standards, highlighting traceability and documentation compliance to ensure conformity with government procurement policies. Overall, this RFP represents federal efforts to support small businesses while ensuring procurement integrity and compliance with applicable laws and regulations.
Apr 4, 2025, 7:08 PM UTC
The document pertains to a solicitation for commercial items issued by the DLA Maritime Pearl Harbor for the procurement of a specific item known as the TADD Bellmouth with designated part number 04-15-210. The offer due date is set for March 18, 2025. It outlines submission requirements, including necessary registrational details for vendors, such as CAGE and DUNS numbers, and compliance with the System for Award Management (SAM). The solicitation emphasizes the need for adherence to defined delivery schedules and solicitations must ensure proposals meet all specified technical requirements. It includes clauses that address terms and conditions related to delivery, evaluation of submissions, and payment processes, which may utilize electronic funds transfer or Wide Area Workflow for payments. The document is integrated with various regulatory compliance requirements under federal law, ensuring that proposals consider trade agreements and terms concerning small business status. Overall, the RFP highlights crucial procurement processes, vendor requirements, and legal compliance measures essential for establishing contracts with the government, reflecting the structured framework of federal government acquisitions.
Lifecycle
Title
Type
TADD BELLMOUTH
Currently viewing
Solicitation
Similar Opportunities
FLEXIBLE DUCT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting bids for the procurement of flexible duct materials, specifically requiring 100 units of two types of flexible duct. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal regulations, including cybersecurity standards as outlined in NIST SP 800-171. The goods are critical for operations at the Puget Sound Naval Shipyard, ensuring adherence to safety and quality standards in military applications. Interested contractors must submit their bids by April 25, 2025, and can contact Lina Cruz at Lina.1.Cruz@DLA.MIL or by phone at 360-813-9267 for further details.
Heavy Weight Fairlead Beam Assemblies
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of 40 Heavy Weight Fairlead Beam Assemblies to enhance aircraft arresting systems at Tyndall Air Force Base in Florida. The assemblies are critical components that direct the purchase tape path and are essential for the safe operation of aircraft landing systems. Interested contractors must comply with stringent technical specifications, including passing a First Article Test (FAT) unless previously approved, and adhere to national standards for fabrication and delivery. Proposals are due by May 2, 2025, with inquiries directed to SSgt Benjamin Spear at benjamin.spear.1@us.af.mil or Matthew Lahr at matthew.lahr.3@us.af.mil.
SYNTACTIC FILLER
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is soliciting proposals for the supply of syntactic filler kits, with a total of nine kits requested. Offerors must adhere to strict specifications regarding maximum density and shelf life, and are required to be registered in the System for Award Management (SAM) to ensure eligibility for the contract. This procurement emphasizes the importance of utilizing small businesses, particularly those owned by veterans or women, while maintaining rigorous compliance with federal standards. Interested parties must submit their proposals by April 24, 2025, and direct any inquiries to Wongduean Guajardo at wongduean.a.guajardo.civ@us.navy.mil.
SPREADER ASSEMBLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of a Spreader Assembly, specifically NSN 1720-01-648-7320, which is classified under Aircraft Launching Equipment. This critical safety item must be manufactured by NAVAIR approved sources, and manufacturers not designated by NAVAIR will need to submit a Source Approval Request (SAR) Package for future procurements. The contract will be a firm-fixed price for a quantity of 12 units, with a requested delivery timeline of approximately 700 days post-award, including time for Government First Article Testing. Interested suppliers should refer to the DIBBS website for the complete solicitation, which is expected to be issued on May 9, 2025, and can be accessed online. For further inquiries, potential bidders may contact Susan Lupo at 614-692-1198 or via email at Susan.Lupo@dla.mil.
16--IDG,AIRCRAFT,MATERI
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for a presolicitation contract involving the procurement of new spare parts for aircraft, specifically identified by NSN 7R-1680-015854808-F7, with a quantity of 4 each. This procurement is critical as it pertains to flight safety items, necessitating engineering source approval from the design control activity to ensure the quality and reliability of the parts, which are not available for open competition due to the unique capabilities required. Interested vendors must submit their proposals along with necessary source approval documentation within 45 days of the notice, and any inquiries should be directed to Thomas Kuhnle at (215) 737-4024 or via email at THOMAS.KUHNLE@DLA.MIL.
BAFFLE ASSEMBLY,HEA
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting bids for a firm-fixed-price procurement of seven units of Baffle Assembly, Heat Exchanger, Inlet Housing, identified by National Stock Number (NSN) 2840-00-980-0301 and part number 2-060-390-04, in support of the CH-47 Turbine Engine (T55) weapon system. This procurement is a 100% small business set-aside, meaning only offers from small business firms will be considered, emphasizing the importance of compliance with military specifications for packaging, preservation, and marking. Interested vendors must adhere to strict export control laws and hold relevant certifications, with quotations due by a specified deadline, and delivery expected within 360 days post-award. For further inquiries, interested parties can contact Scott Alexander at scott.alexander@dla.mil or Imelda Chagolla at IMELDA.CHAGOLLA@DLA.MIL.
Modified Handling Dolly, Multipurpose Aircraft Component
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking qualified small businesses to provide a Modified Handling Dolly for the T-45 Aircraft Program. This procurement involves a Firm Fixed-Price contract for the Handling Dolly (P/N: 4140AS0100-1, NSN: 1730-01-668-9897), with specific modifications outlined in a drawing package that will be provided to interested vendors. The Handling Dolly is crucial for aircraft ground servicing, ensuring operational efficiency and safety. Interested parties must be registered in the System for Award Management (SAM) and submit their responses via email to Matthew VanDeventer by May 9, 2025, at 9:00 A.M. EDT, with content limited to ten pages.
15--WING ASSEMBLY,AIRCR- AND SIMILAR REPLACEMENT PARTS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of wing assembly and similar replacement parts under the contract title "15--WING ASSEMBLY, AIRCR- AND SIMILAR REPLACEMENT PARTS." The procurement requires adherence to various quality and delivery standards, including a first delivery timeline of no later than 18 months after receipt of order, with a specified delivery rate of three units per month. These components are critical for maintaining the operational readiness of naval aircraft, ensuring they meet the necessary performance and safety standards. Interested vendors can reach out to Tara Hartung at 215-697-4295 or via email at TARA.R.HARTUNG.CIV@US.NAVY.MIL for further details and to participate in the solicitation process.
48--BELLOWS,METALLIC,PA
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of metallic bellows, specifically NSN 4820015710184. The requirement includes a quantity of one unit to be delivered to DLA Distribution within 168 days after order placement, with the approved source being 5P967 DN60-6-R-35-1. These bellows are critical components used in various industrial applications, particularly in valve manufacturing, which underscores their importance in maintaining operational efficiency. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
MQ-4C Sling V-Tail Assembly
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, NJ, is anticipating the award of a firm fixed-price contract for the Sling V-Tail Assembly, Part Number: 3673310M01101-301, which is critical for the MQ-4C Triton Unmanned Air Systems (UAS) Program. This procurement is limited to the Original Equipment Manufacturer, Northrop Grumman, and Avioss LLC, as they are the only approved vendors for this Critical Application Item (CAI), which is essential for ensuring safety and operational effectiveness. Interested alternate offerors must submit a Source Approval Request (SAR) package within 15 days of this notice, with all responses due by April 29, 2025, at 5:00 PM EDT, to the primary contact, Alexander Buchan, at alexander.g.buchan2.civ@us.navy.mil. Registration in the System for Award Management (SAM) is mandatory for consideration.