ContractSolicitation

JAMA IV IDIQ Pilot Parts Program

DEPT OF DEFENSE SP4701-25-R-0001
Response Deadline
Aug 12, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the Joint Additive Manufacturing Acceptability (JAMA) IV Indefinite Delivery/Indefinite Quantity (IDIQ) Pilot Parts Program. This initiative aims to establish a supplier base for Additive Manufacturing (AM) parts, facilitating the procurement of various additively manufactured components, including metal and polymer parts, with a total contract value not exceeding $10 million over five years. The program is critical for enhancing the DLA's capabilities in AM technology, ensuring compliance with federal acquisition regulations, and addressing organizational conflicts of interest. Interested offerors must submit their proposals by 12:00 Noon EDT on August 12, 2025, and can contact Deborah P. Lombardi at deborah.p.lombardi@dla.mil or (445) 737-6023 for further information.

Classification Codes

NAICS Code
541715
Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
PSC Code
AC33
NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; EXPERIMENTAL DEVELOPMENT

Solicitation Documents

35 Files
ATTACHMENT 7 - NAVSUP_AM SAR Brochure_JAN2024.pdf
PDF1397 KBAug 1, 2025
AI Summary
The NAVSUP-WSS-N23-AM released its Additive Manufacturing (AM) Source Approval Information Brochure to guide manufacturers seeking source approval for AM parts in naval aviation and maritime systems. The brochure outlines the Source Approval Request (SAR) process, detailing the requirements and documentation needed for manufacturers to submit SARs according to the classifications established by NAVAIR and NAVSEA. SAR approvals require the demonstration of manufacturing capabilities, quality assurance compliance, and technical data rights. The document specifies four classification levels, each with distinct qualification standards relating to equipment, quality management systems, and testing requirements for AM processing. Additionally, it emphasizes the necessity of site surveys to assess manufacturers' capabilities and ensure quality control. The brochure serves as a comprehensive reference for manufacturers to understand the approval process, required documentation—including cover letters, quality assurance history, and specifications—and compliance expectations. It facilitates the acquisition of AM parts while ensuring adherence to government standards, ultimately supporting military operations through effective sourcing of critical items in additive manufacturing.
ATTACHMENT 4 - DLA Enhanced Joint Certification (eJCP) Number.docx
Word20 KBAug 1, 2025
AI Summary
The document outlines the enhanced validation requirements for suppliers seeking access to export-controlled technical data from the Defense Logistics Agency (DLA). Suppliers must obtain an approved US/Canada Joint Certification Program (JCP) certification (DD Form 2345) and establish a DLA Internet Bid Board System (DIBBS) account with an enabled cFolders account. A legitimate business need for the data is essential, such as bidding on a DLA solicitation or fulfilling a purchase order. Additionally, suppliers must complete specific DLA training and submit a Certificate Statement of Export Control Compliance. After reviewing the documentation, the DLA will conduct a Trade Security Control assessment to determine eligibility for access. Approval is granted by the DLA, rather than the JCP Office. This process is critical to ensuring the secure handling of sensitive information pursuant to Trade Security Control laws, underlining the DLA's commitment to data protection in government contracts and solicitations.
ATTACHMENT 1 - JAMA_IV_Capability_Questionnaire Exhibit A.docx
Word466 KBAug 1, 2025
AI Summary
The Joint Additive Manufacturing Acceptability (JAMA) IV project, spearheaded by the Defense Logistics Agency (DLA) and various defense-related entities, aims to accelerate the integration of Additive Manufacturing (AM) within the Department of Defense (DoD) supply chain. This initiative seeks to engage industry vendors for trial production and quality assurance testing of AM parts to ensure the delivery of reliable components. Participants are required to complete an industry capability questionnaire detailing their certifications, manufacturing readiness levels, quality standards, and cybersecurity practices. It includes specific inquiries about the vendors' AM capabilities, material types, and post-processing services offered. Vendors are also prompted to provide organizational details and experience in compliance with relevant regulations, like the ITAR and the Buy American Act. Findings will be compiled and shared with stakeholders, while ensuring confidentiality. JAMA IV reflects a commitment to modernize the military supply chain by leveraging AM technology, promoting collaboration with private sector vendors to enhance production quality and efficiency within government procurement frameworks.
SP4701-25-R-0001 - JAMA IV IDIQ Pilot Parts Program.pdf
PDF787 KBAug 1, 2025
AI Summary
The Defense Logistics Agency (DLA) is initiating a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) pilot program aimed at producing parts through Additive Manufacturing (AM). This program seeks to establish AM processes and build a supplier base by leveraging approved Technical Data Packages (TDPs) provided by Military Services. The contracts will be structured as Firm-Fixed Price (FFP) with a total ceiling of $9.8 million over five years, providing a flexible approach to manufacturing high-complexity parts. Key components of the RFP include stringent criteria for vendor capabilities and compliance with Military specifications for various metals and polymers. The pilot will allow for the evaluation of vendors through a series of Task Orders (TOs) based on proposals submitted in response to future solicitations. Vendors selected will navigate a comprehensive Statement of Work detailing expectations around performance, quality, and compliance. The initiative emphasizes collaboration between DLA and approved vendors and aims to foster an AM supplier ecosystem while addressing organizational conflict of interest requirements. Ultimately, this pilot program seeks to significantly enhance DLA's part production capabilities in the defense sector through innovative manufacturing techniques, thus enhancing readiness and efficiency.
ATTACHMENT 9 - JAMA IV Part Quanities_Destinations_CDRLs_Workbook 07 MAR 2025.xlsx
Excel73 KBAug 1, 2025
AI Summary
The document outlines a range of parts and components under consideration for Task Order #1 (TO1) related to U.S. military applications. It specifies various items, including finger guards, intake caps, fuel sample collection devices, and alarm components, along with their National Stock Numbers (NSNs). Each item is designated with projected manufacturing materials—ranging from ABS, nylon, to various alloys and stainless steels—and the corresponding production methods, such as Fused Deposition Modeling (FDM) and Laser Powder Bed Fusion (LPBF). The delivery destinations include several military and defense command locations, indicating a broad logistics operation. Additionally, the document contains a Contract Data Requirements List (CDRL), detailing necessary reports and certifications like acceptance test procedures, inspection reports, and process certifications. These reports help ensure compliance with government standards. Overall, the purpose of this document is to facilitate procurement processes related to military components, outlining essential specifications, quality assurance documentation, and distribution logistics. Its structure mirrors standard government requests for proposals (RFPs) and grants, focusing on accountability, clarity, and adherence to military regulations.
ATTACHMENT 3 - JAMA IV NAVSUP Site Survey Sect 10.docx
Word75 KBAug 1, 2025
AI Summary
The document titled "Exhibit B – Joint Additive Manufacturing Acceptability (JAMA) IV NAVSUP Site Survey Section 10" outlines criteria and procedures related to the assessment of additive manufacturing capabilities within the Navy Supply Systems Command (NAVSUP). Its primary purpose is to establish standards for evaluating the suitability of additive manufacturing processes and technologies for military applications. Key components include guidelines for site surveys, metrics for evaluating existing manufacturing capabilities, and recommendations for compliance with Joint Additive Manufacturing standards. The document emphasizes the importance of ensuring the reliability and quality of manufactured parts, which are integral to military procurement and operational readiness. Additionally, it stresses the collaboration necessary between stakeholders to uphold legal and operational standards in the production process. This comprehensive outline aids in the development of enhanced manufacturing technologies critical for the U.S. military's logistics and supply chain efficiency.
ATTACHMENT 1 - IDIQCDRL 3221AS925-1.xlsx
Excel39 KBAug 1, 2025
AI Summary
The document outlines the Contract Data Requirements List (CDRL) for two key components related to the Initial Material Qualification (IMQ), Installation Qualification (IQ), Operational Qualification (OQ), and Process Control Document (PCD) for the STS Hydraulic Manifold, PIN 3221AS925-1, managed by NAVAIR. Each section details submission timelines for electronic reports supporting the relevant qualifications, with specific deadlines set for 60 days post-contract award for IMQ, and 15 days for IQ, OQ, and PCD after related inspections. The document provides contact information for submissions and emphasizes the significance of complying with the outlined qualifications to ensure the integrity and performance of the materials used in the hydraulic system. Additionally, it addresses the inspection report due alongside production items and involves stakeholder communication for effective data submission. Ultimately, the document serves as a framework for contractors to achieve compliance with federal expectations in project performance and data handling.
ATTACHMENT 3 - IDIQCDRL 4124AS1137-1.xlsx
Excel46 KBAug 1, 2025
AI Summary
The document outlines the Contract Data Requirements List (CDRL) associated with the Fuel Cell Interconnector program managed by NAVAIR, specifically under Contract/PR No. 4124AS1137-1. It details several essential data items required for various certifications, including Initial Material Qualification (IMQ), Installation Qualification (IQ), Operational Qualification (OQ), and the Process Control Document (PCD). Each item specifies submission deadlines, formats (primarily in PDF), and the preparatory expectations for contractors. The timelines for submissions post-contract award vary, with IMQ reports due within 60 days, and IQ and OQ reports due within 15 days. The CDRLs emphasize compliance with specific authority documents and reference sections of the Statement of Work (SOW). Throughout, there's a focus on quality control, inspection, and testing as foundational components of the procurement process. The document serves to ensure that contractors provide essential engineering data to uphold project standards and facilitate effective communication with the issuing contracting officer. This structured approach reflects the government's commitment to maintaining high operational standards in defense contracts.
ATTACHMENT 6 - Welcome to the Produt Management Initiative.pdf
PDF915 KBAug 1, 2025
AI Summary
The document appears to be a placeholder or identifier for an unrelated attachment, labeled "ATTACHMENT 6," with no further content provided. As such, it lacks clear information or a substantive topic related to federal government RFPs, grants, or state/local proposals. Without any details or context regarding policies, funding, or project outlines, the main purpose of the document cannot be determined. It seems to serve as a reference point for additional information that is not present in the provided text. Consequently, no key ideas, supporting details, or structured content can be summarized, making it impossible to extract meaningful insights or analyze its relevance in the context of government grants and RFPs.
ATTACHMENT 2 - IDIQCDRL 3221AS1139-1.xlsx
Excel46 KBAug 1, 2025
AI Summary
The document is a Contract Data Requirements List (CDRL) relating to the U.S. Navy's NAVAIR program, specifically for the CH-53E E-Bay Handle under contract PIN 4124AS1139-1. It outlines various data item submissions required by the contractor, including Process & Material Certifications: Initial Material Qualification (IMQ), Installation Qualification (IQ), Operational Qualification (OQ), and a Process Control Document (PCD). Each section specifies submission deadlines, format requirements (e.g., PDF), and the authority under which the documents are mandated, referencing contractual guidelines and Quality Inspection and Testing protocols. The contractor is required to submit reports within specified timeframes post-contract award, ensuring adherence to the necessary qualification processes. Communications stipulate that submissions must be directed to designated Navy representatives, reinforcing the structured process for documentation in compliance with defense acquisition regulations. This CDRL serves as a critical administrative framework for maintaining quality and oversight in defense contracting processes.
ATTACHMENT 5 - Accessing the DLA Internet Bid Board (DIBBS) and the Collaboration Folders (cFolders).pdf
PDF5948 KBAug 1, 2025
AI Summary
This guide instructs vendors on utilizing the DLA Internet Bid Board System (DIBBS) and Collaboration Folders (cFolders) for engaging in Defense Logistics Agency (DLA) procurement processes. It outlines the registration procedure for creating a DIBBS account, emphasizing requirements such as registration in the System for Award Management (SAM) and verification steps. Upon obtaining a DIBBS account, vendors can establish a cFolders account to access technical data related to DLA solicitations. Key sections address the search functionalities within DIBBS and cFolders, the processing of Export Controlled data, and accessing Long-Term Contract (LTC) Technical Data Packages (TDPs). Importantly, the document details the Terms of Use for DIBBS to mitigate risks like account compromise and compliance with relevant regulations. It also provides a directory of useful links for further assistance, including contacts for the Joint Certification Program (JCP) and cybersecurity requirements. Overall, this guide serves to facilitate vendor participation in DLA’s procurement initiatives while ensuring compliance with federal regulations, thereby enhancing efficiency and security in government contracting processes.
SP4701-25-R-0001-Amendment 0002-JAMA IV IDIQ Pilot Parts Program.pdf
PDF410 KBAug 1, 2025
AI Summary
The document outlines Amendment 0002 to RFP SP4701-25-R-0001 pertaining to the JAMA IV IDIQ Pilot Parts Program. This amendment addresses a question regarding communications marked as Controlled Unclassified Information (CUI) and clarifies that any correspondence must comply with standards set by DoDI 5200.48 and related policies. Additionally, it extends the proposal submission deadline to 12:00 Noon, EDT, July 25, 2025. It highlights the importance of proper handling of CUI and specifies that the Defense Logistics Agency (DLA) will provide Technical Data Packages (TDPs) to approved vendors. The document emphasizes adherence to security and compliance requirements for the submission process and communication methods in relation to procurement activities within the federal government context. The point of contact for further inquiries is provided, showcasing the structured approach to manage proposals and inquiries in government contracting.
ATTACHMENT 8 - Air Force Materiel Command Instructions 23-113.pdf
PDF7856 KBAug 1, 2025
AI Summary
The Air Force Materiel Command Instruction 23-113 outlines the mandatory compliance procedures for the pre-award qualification of new or additional parts sources through the Source Approval Request (SAR) process. Enforced under federal regulations, this instruction ensures the United States Air Force and Space Force manage items like Critical Application Items (CAIs) and Critical Safety Items (CSIs). It emphasizes consistent documentation and technical oversight without restricting competition. Key responsibilities are assigned to various entities, including the Engineering Support Activity (ESA), Procurement Contracting Officer (PCO), and Small Business Office (SBO), ensuring that all qualification requirements are met before a contract award. Five SAR categories are defined, covering actual items, similar items, new manufacturers, alternate items, and repair development. The instruction also specifies the need for site surveys and outlines the procedures for evaluating SAR packages. This guidance facilitates a competitive sourcing environment while maintaining safety and effectiveness throughout the military supply chain.
SP4701-25-R-0001 - Amendment 0001.pdf
PDF472 KBAug 1, 2025
AI Summary
The document outlines Amendment 0001 to Request for Proposal (RFP) SP4701-25-R-0001, pertaining to the JAMA IV IDIQ Pilot Parts Program. The amendment addresses inquiries from potential offerors and extends the submission deadline to July 24, 2025. It clarifies that subcontractors can participate as part of a team but only prime contractors will be eligible for IDIQ contracts. Key details include the requirements for submission and the structure of proposals, including guidance on technical capabilities, quality management system (QMS) certifications, and the assessment process for vendor qualifications. It also provides responses to specific questions regarding eligibility, documentation, format, and submission processes. Clarifications on proposal organization and mandatory attachments are highlighted, emphasizing adherence to submission guidelines. Overall, the amendment aims to guide potential offerors through the proposal process and ensure compliance with specified requirements, enhancing transparency and accessibility in contracting opportunities.
ATTACHMENT 4 - IDIQCDRL 4124AS1153-1.xlsx
Excel39 KBAug 1, 2025
AI Summary
The document outlines the Contract Data Requirements List (CDRL) for the Initial Material Qualification (IMQ), Installation Qualification (IQ), Operational Qualification (OQ), and Process Control Document (PCD) related to the engineering data of the Turnover Trolley Bearing (PIN 4124AS1153-1) from NAVAIR. Each section details the required submissions, including electronic reports in PDF format, timelines for submission post-contract award (60 days for IMQ, 15 days for IQ and OQ), and references to applicable SOW items. It emphasizes the necessity of adhering to qualifications in material and process to ensure compliance with federal contracting standards. The document is formatted according to approved government protocols, with specific roles identified for personnel involved in the process and contact information provided for further inquiries. Primary focus is placed on certifications, inspections, and quality assurance to facilitate the proper execution and delivery of contracted materials and services, demonstrating the government's commitment to maintaining high standards within defense contracts.
SP4701-25-R-0001 - Amendment 0003.pdf
PDF446 KBAug 1, 2025
AI Summary
The document outlines Amendment 0003 for Request for Proposal (RFP) SP4701-25-R-0001 concerning the JAMA IV IDIQ Pilot Parts Program. This amendment clarifies evaluation requirements, deletes certain attachments, and revises others to streamline the RFP process. The closing date for proposals has been extended to 12:00 Noon, EDT, August 11, 2025. Significant changes include replacing the NAVSUP Site Survey attachment with a revised Vendor Site Survey, as well as the reorganization of other attachments related to additive manufacturing. Key evaluation criteria are adjusted to focus on performance capabilities without requiring a “Future” designation. The amendment states that while certain certifications are preferred, they are not mandatory for contract award consideration. The document aims to ensure participants are updated on the proposal criteria, affording them the opportunity to amend submissions accordingly. Overall, it reflects the government’s intent to facilitate a fair and comprehensive evaluation process while maintaining operational standards and requirements.
Revised ATTACHMENT 3 - JAMA IV Vendor Site Survey Sect 10.docx
Word80 KBAug 1, 2025
AI Summary
The document provides a framework for the Joint Additive Manufacturing Acceptability (JAMA) IV Vendor Site Survey. Its primary objective is to ensure vendors comply with specified standards for additive manufacturing processes. This survey assesses key operational aspects of vendor facilities, focusing on capabilities, quality assurance measures, compliance with federal regulations, and adherence to safety protocols. The survey includes criteria such as equipment availability, workforce qualifications, and material sourcing, ensuring thorough evaluation of vendor capabilities. The JAMA initiative emphasizes the importance of these assessments in promoting consistency and reliability in additive manufacturing for government projects. This framework is essential for awarding federal grants and RFPs, ensuring selected vendors can meet necessary production and quality benchmarks. Compliance with these standards is critical for enhancing project success and maintaining safety and efficacy in manufacturing practices.
RFP SP4701-25-R-0001-JAMA IV IDIQ Pilot Parts Program-Amendment 0004.pdf
PDF492 KBAug 7, 2025
AI Summary
Amendment 0004 to Request for Proposal (RFP) SP4701-25-R-0001 clarifies evaluation factors for Indefinite Delivery Indefinite Quantity (IDIQ) awards. It removes evaluation factors related to Task Order awards, which will be issued under a separate solicitation. The amendment revises Section M.2.1, Factor 1, for IDIQ awards, focusing on "Base IDIQ Required Capabilities" with an "Acceptable" or "Unacceptable" rating based on the JAMA IV Capability Questionnaire, quality management system standards, and Section 10 of the Vendor Site Survey. The deadline for proposal submissions is extended to August 12, 2025, at 12:00 Noon, EDT. Offerors who have already submitted proposals have the option to revise them.
Revised ATTACHMENT 3 - JAMA IV Vendor Site Survey Sect 10.docx
Word80 KBAug 7, 2025
AI Summary
The document "Exhibit B – Joint Additive Manufacturing Acceptability (JAMA) IV Vendor Site Survey Section 10" is an attachment related to a vendor site survey. The primary purpose of this document is to outline or provide a specific section of a vendor site survey, likely within the context of federal government RFPs, federal grants, or state/local RFPs. Given its title, it specifically pertains to a vendor's site evaluation concerning Joint Additive Manufacturing Acceptability (JAMA) IV. This indicates a focus on assessing a vendor's capabilities and compliance related to additive manufacturing processes, suggesting that this document is a crucial component for evaluating potential contractors or grantees within a government procurement or funding initiative.
SP4701-25-R-0001 - Amendment 0003.pdf
PDF446 KBAug 7, 2025
AI Summary
Amendment 0003 to RFP SP4701-25-R-0001 for the JAMA IV IDIQ Pilot Parts Program clarifies evaluation requirements and revises/deletes attachments. Key changes include extending the offer due date to August 11, 2025, at 12:00 Noon EDT. Attachment 3 (NAVSUP Site Survey) is replaced with a revised 'Vendor Site Survey, Section 10', and Attachments 7 and 8 are deleted. Attachment 9 is renumbered to Attachment 7. The title of Factor 2 in evaluation criteria is changed from 'Future Performance Capabilities' to 'Performance Capabilities'. Additionally, the 'Note' regarding preferred supplier requirements in Section L.6 is removed. Offerors who have already submitted proposals can review these changes and resubmit if necessary, though it is not mandatory; acknowledgment of Amendment 0003 is sufficient. These modifications aim to streamline the RFP process and clarify requirements for offerors.
SP4701-25-R-0001-Amendment 0002-JAMA IV IDIQ Pilot Parts Program.pdf
PDF410 KBAug 7, 2025
AI Summary
Amendment 0002 to RFP SP4701-25-R-0001 for the JAMA IV IDIQ Pilot Parts Program addresses a question regarding Controlled Unclassified Information (CUI) and extends the deadline for offer submissions. The amendment clarifies that all communications and data handling for the program must comply with DoDI 5200.48 and associated policies, prohibiting the sending of CUI bodied emails to commercial email tenants not in a Government Cloud. The deadline for proposal submissions is extended to July 25, 2025, at 12:00 Noon EDT. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
SP4701-25-R-0001 - Amendment 0001.pdf
PDF472 KBAug 7, 2025
AI Summary
Amendment 0001 to RFP SP4701-25-R-0001 for the JAMA IV IDIQ Pilot Parts Program addresses questions and extends the offer deadline to July 24, 2025. The solicitation is open to team/subcontract solutions, but IDIQ contracts will only be issued to the prime contractor. Eligibility requires EJCP qualification and adherence to Section L of the solicitation, with the IDIQ award creating an approved supplier list for Additive Manufacturing Technical Data Packages. The contract type is currently Firm Fixed Price (FFP). Technical Data Packages (TDPs) will be available after the IDIQ contract process. The amendment clarifies that the IDIQ period of performance is a one-year base period with four one-year option periods, for a potential five-year total. Pricing information is not required at the IDIQ level. Offerors must follow specific formatting and submission instructions, including providing QMS accreditation and CAGE codes if eJCP is in progress. Government attachments cannot be modified by vendors.
ATTACHMENT 4 - IDIQCDRL 4124AS1153-1.xlsx
Excel39 KBAug 7, 2025
AI Summary
The provided document, "ATTACHMENT 4: IDIQ CDRL 4124AS1153-1.XLSX," outlines the Contract Data Requirements List (CDRL) for the acquisition of "Turnover Trolley Bearing" (PIN 4124AS1153-1) for NAVAIRLKE BL41200. It details several data items related to Process & Material Certifications and Quality Inspection and Testing. Key deliverables include reports for Initial Material Qualification (IMQ) due 60 days after contract award, and Installation Qualification (IQ) and Operational Qualification (OQ) reports, both due 15 days after contract award. Additionally, a Process Control Document (PCD) is required 15 days after the approval of the First Article Test Inspection. An inspection report is also mandated with the delivery of each production item. All reports are to be submitted electronically in PDF format, with a paper copy also required for inspection reports. The document emphasizes the importance of these certifications and inspections to ensure material quality and process control for the Turnover Trolley Bearing, with Joshua Moser (Joshua.a.Moser6.civ@us.navy.mil) as the primary contact for submissions.
ATTACHMENT 3 - IDIQCDRL 4124AS1137-1.xlsx
Excel46 KBAug 7, 2025
AI Summary
The document outlines the data requirements for the Fuel Cell Interconnector project (PIN 4124AS1137-1) for NAVAIRLKE BL41200. It specifies several key deliverables in portable document format (pdf), including Initial Material Qualification (IMQ) reports due 60 days after contract award, and Installation Qualification (IQ) and Operational Qualification (OQ) reports, both due 15 days after contract award. Additionally, a Process Control Document (PCD) is required 15 days after the approval of the First Article Test Inspection. A First Article Inspection (FAT) report, also in pdf, is due 60 days after contract award. Finally, inspection reports (both paper and electronic copies) are due with the delivery of each production item. All electronic submissions are to be sent to Joshua.a.Moser6.civ@us.navy.mil. The document emphasizes the importance of these certifications and reports for ensuring quality and compliance throughout the project lifecycle.
ATTACHMENT 2 - IDIQCDRL 3221AS1139-1.xlsx
Excel46 KBAug 7, 2025
AI Summary
The provided document, "ATTACHMENT 2: IDIQ CDRL 3221AS1139-1.XLSX," outlines the Contract Data Requirements List (CDRL) for various certifications and reports related to the CH-53E E-Bay Handle (PIN 4124AS1139-1) for NAVAIRLKE BL41200. The document details requirements for Initial Material Qualification (IMQ), Installation Qualification (IQ), Operational Qualification (OQ), Process Control Document (PCD), First Article Inspection Report (FAT/Performance Qualification), and general Inspection Reports. Each section specifies the data item number (e.g., DI-MISC-82386/T3, DI-NDTI-82327), title, subtitle, contract reference, requiring office, frequency of submission, and distribution. Key requirements include electronic submission in PDF format for most reports, with specific deadlines tied to contract award (e.g., IMQ and FAT due 60 days post-award; IQ and OQ due 15 days post-award) or approval of the First Article Test Inspection (PCD). Inspection reports are due with the delivery of each production item. The document also provides the email address for submissions and notes that blocks 10, 12, and 13 are only required if deviating from the Additive Manufacturing Process Description in the NAVAIR Drawing package.
ATTACHMENT 1 - IDIQCDRL 3221AS925-1.xlsx
Excel39 KBAug 7, 2025
AI Summary
The document outlines the Contract Data Requirements List (CDRL) for the STS Hydraulic Manifold (PIN 3221AS925-1), specifying various certifications and reports required from the contractor. Key deliverables include Initial Material Qualification (IMQ), Installation Qualification (IQ), Operational Qualification (OQ), and a Process Control Document (PCD), all under the umbrella of "Process & Material Certifications." Additionally, an inspection report is required for each production item. All reports and documents are to be submitted electronically in PDF format to NAVAIRLKE BL41200, with specific submission deadlines varying from 15 to 60 days after contract award or First Article Test Inspection approval. The document emphasizes quality inspection and testing as per the Statement of Work (SOW) and relevant data acquisition documentation.
ATTACHMENT 9 - JAMA IV Part Quanities_Destinations_CDRLs_Workbook 07 MAR 2025.xlsx
Excel73 KBAug 7, 2025
AI Summary
This government file details
ATTACHMENT 8 - Air Force Materiel Command Instructions 23-113.pdf
PDF7856 KBAug 7, 2025
AI Summary
The Air Force Materiel Command Instruction (AFMCI) 23-113, issued on February 20, 2024, outlines mandatory procedures for the pre-award qualification of new or additional parts sources and the use of the Source Approval Request (SAR) process. This instruction, applicable to organizations managing critical and non-critical items for the USAF and USSF, aims to standardize the SAR process, ensuring consistent application of Federal Acquisition Regulation (FAR) Subpart 9.2. Key updates include the addition of Repair Development and SAR Category V. The document details responsibilities for various entities, including AFMC/A4/10-EN, Single Managers/Program Managers, Engineering Support Activities (ESAs), Procurement Contracting Officers (PCOs), Small Business Offices (SBOs), Competition Advocates, Screening, and Logistics Management Specialists. It covers the core SAR process, from generating qualification requirements and evaluating SAR packages to defining five SAR categories (Actual Item, Similar Item, New Manufacturer/Source of Repair, Alternate Item, and Repair Development) and site survey requirements. The instruction emphasizes compliance with various federal regulations and Air Force instructions, ensuring war-winning capabilities are delivered on time and within cost while promoting competition.
ATTACHMENT 7 - NAVSUP_AM SAR Brochure_JAN2024.pdf
PDF1397 KBAug 7, 2025
AI Summary
The NAVSUP-WSS-N23-AM publication outlines the U.S. Navy's Additive Manufacturing (AM) Source Approval Request (SAR) process for manufacturers seeking to supply AM parts for naval aviation and maritime systems. This guide details the requirements for obtaining pre-award source approval, emphasizing a risk-based approach aligned with NAVAIR and NAVSEA classification levels (Class I/Green Box to Class IV/Blue Box Tier III). Manufacturers must submit a comprehensive SAR package including technical data, traceability documentation, quality assurance details, and potentially undergo site surveys. The document specifies two SAR categories: Category I for manufacturers who have previously produced the exact item, and Category II for those with experience manufacturing similar items. Key sections of the SAR include a cover letter, manufacturer capabilities, technical data rights certification, quality assurance documentation, process control documents, and traceability records. The publication also provides information on business opportunities and registration processes such as obtaining a CAGE Code and registering with the System for Award Management (SAM).
ATTACHMENT 6 - Welcome to the Produt Management Initiative.pdf
PDF915 KBAug 7, 2025
AI Summary
The provided file, labeled "ATTACHMENT 6" and repeated three times, appears to be a placeholder or a blank document. In the context of government RFPs, federal grants, and state/local RFPs, such an attachment would typically contain specific details, forms, or supplementary information crucial to the larger solicitation or application. However, as it stands, this particular file conveys no substantive content. Its purpose is solely to indicate the presence of an attachment, albeit one that is currently empty or awaiting content.
ATTACHMENT 5 - Accessing the DLA Internet Bid Board (DIBBS) and the Collaboration Folders (cFolders).pdf
PDF5948 KBAug 7, 2025
AI Summary
The provided guide outlines the process for vendors to access the DLA Internet Bid Board System (DIBBS) and Collaboration Folders (cFolders), essential platforms for engaging with Defense Logistics Agency (DLA) procurement. DIBBS is a web-based application for searching, viewing, and submitting secure quotes on Requests For Quotations (RFQs), Requests For Proposals (RFPs), Invitations For Bid (IFBs), and other DLA procurement information. cFolders is a collaborative platform for business partners, including suppliers, to access technical data. Access to cFolders requires an initial DIBBS account. The guide details DIBBS registration steps, including SAM registration and CAGE code entry, and explains how to establish a cFolders account. It also provides specific instructions for accessing export-controlled or license agreement-controlled technical data within cFolders, which requires meeting stringent criteria such as approved CAGE code, DIBBS and cFolders accounts, NIST SP 800-171 cybersecurity assessment, Joint Certification Program (JCP) certification, and completion of DLA training on handling export-controlled data. The document also touches on searching cFolders for both non-LTC RFPs and Long-Term Contracts (LTCs), and lists points of contact and useful links for various related government systems.
ATTACHMENT 4 - DLA Enhanced Joint Certification (eJCP) Number.docx
Word20 KBAug 7, 2025
AI Summary
The Defense Logistics Agency (DLA) has established a rigorous process for suppliers to gain access to export-controlled technical data, ensuring compliance with Trade Security Control laws. This process, detailed in Attachment 4: DLA Enhanced – Joint Certification Program (eJCP), requires suppliers to have an approved US/Canada Joint Certification Program (JCP) certification (DD Form 2345) and an approved DLA Internet Bid Board System (DIBBS) account with an enabled cFolders account. Additionally, suppliers must demonstrate a legitimate business need for the data, such as quoting on solicitations or fulfilling contracts. A DLA-specific certification is also mandatory, which involves completing specialized training and uploading a Certificate Statement of Export Control Compliance. The JCP Office reviews these documents, after which the DLA controlling authority conducts a Trade Security Control (TSC) assessment to determine eligibility, with final approval for access granted by the DLA.
ATTACHMENT 3 - JAMA IV NAVSUP Site Survey Sect 10.docx
Word75 KBAug 7, 2025
AI Summary
The document "CUI ATTACHMENT 3 Exhibit B – Joint Additive Manufacturing Acceptability (JAMA) IV NAVSUP Site Survey Section 10" is a component of federal government RFPs, likely pertaining to a specific section or attachment within a larger solicitation. Its main purpose is to outline or detail the requirements and scope for a site survey related to the Joint Additive Manufacturing Acceptability (JAMA) IV program, under the purview of NAVSUP. This indicates a focus on assessing facilities or capabilities for additive manufacturing, ensuring they meet specific acceptability standards for government contracts or programs. The document's title suggests it is a specific exhibit that would provide instructions or criteria for conducting such a survey, which is crucial for evaluating potential contractors or recipients in the context of advanced manufacturing technologies.
ATTACHMENT 1 - JAMA_IV_Capability_Questionnaire Exhibit A.docx
Word466 KBAug 7, 2025
AI Summary
The Joint Additive Manufacturing Acceptability (JAMA) IV project, a collaborative effort involving the Defense Logistics Agency (DLA) R&D, OSD R&E, NIAR, and various Military Services, seeks to accelerate the adoption of Additive Manufacturing (AM) within the Department of Defense (DoD) supply chain. JAMA IV aims to integrate industry vendors by conducting trials for AM parts procurement and manufacturing, alongside facilitating quality assurance testing. This Industry Vendor Capability Questionnaire gathers information from organizations interested in participating, covering essential certifications (e.g., US CAGE Code, SAM.gov, NIST 800-171, JCP, eJCP), Manufacturing Readiness Levels (MRLs), AM product production history, and types of parts in distribution. It also assesses vendor standards, qualifications, data management practices, cybersecurity measures, ITAR compliance, Buy American Act compliance, and DoD Facility Clearances. Furthermore, the questionnaire details organizations' current AM capabilities for metal and polymer 3D printing services and materials, including post-processing services offered in-house or outsourced. All submitted information will be summarized anonymously and shared with participants and stakeholders.
SP4701-25-R-0001 - JAMA IV IDIQ Pilot Parts Program.pdf
PDF787 KBAug 7, 2025
AI Summary
The Defense Logistics Agency (DLA) is issuing a Request for Proposal (RFP) for the Joint Additive Manufacturing Acceptability (JAMA) IV Indefinite Delivery/Indefinite Quantity (IDIQ) Pilot Parts Program. This initiative aims to establish processes and a supplier base for Additive Manufacturing (AM) parts for the DLA. The solicitation will result in multiple IDIQ contracts awarded to offerors whose proposals meet the evaluation criteria. Individual Firm-Fixed Price (FFP) Task Orders (TOs) will be issued to contract holders for the production of various additively manufactured components, including metal and polymer parts with varying complexity. The total value of all orders across all IDIQ contracts will not exceed $10 million over a five-year period, with a guaranteed minimum of $2,500 per contract. Key requirements include compliance with various federal acquisition regulations (FAR, DFARS, DLAD), intellectual property clauses, and specific standards for quality management and data handling. Offerors must also address organizational conflicts of interest and, if applicable, submit a small business subcontracting plan.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 10, 2025
amendedAmendment #1· Description UpdatedJun 27, 2025
amendedAmendment #2· Description UpdatedJul 23, 2025
amendedAmendment #3· Description UpdatedAug 1, 2025
amendedLatest Amendment· Description UpdatedAug 6, 2025
deadlineResponse DeadlineAug 12, 2025
expiryArchive DateAug 27, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DCSO PHILADELPHIA

Point of Contact

Name
Deborah P Lombardi

Place of Performance

Fort Belvoir, Virginia, UNITED STATES

Official Sources