Navy Procurement for FMS Spare Parts with Quality and Security Requirements
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023). INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996). HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT. ISO 9001 or equivalent. FMS DELIVERY AND SHIPPING INSTRUCTIONS. WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023). INVOICE AND RECEIVING REPORT(COMBO). INVOICE 2IN1. SPRPA1. S…
Source ID: d6cd3ed6b58a4b85a5e2acaf008b39dd
Scope overview
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023). INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996). HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT. ISO 9001 or equivalent. FMS DELIVERY AND SHIPPING INSTRUCTIONS. WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023). INVOICE AND RECEIVING REPORT(COMBO). INVOICE 2IN1. SPRPA1. SEE SCHEDULE. NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18)).
VALUE ENGINEERING (JUN 2020). INTEGRITY OF UNIT PRICES (NOV 2021). EQUAL OPPORTUNITY FOR VETERANS (JUN 2020). WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003). 12 MONTHS. 45 DAYS AFTER DISCOVERY. SMALL BUSINESS SUBCONTRACTING PLAN (DEV 2026-O0037)(FEB 2026). EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020). TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024).
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024). ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED PRODUCTS (MAY 2008)). REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA --MODIFICATIONS (NOV 2021)). SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026).
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025). BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)). BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024). ROYALTY INFORMATION (APR 1984). ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004)). COST ACCOUNTING STANDARD NOTICES AND CERTIFICATION (DEV 2026-O0006)(FEB 2026).
FACSIMILE PROPOSALS (OCT 1997). REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018). EMAIL. NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008)). REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA (MAY 2024)).
This solicitation is being issued under Emergency Acquisition Flexibilities (EAF), formerly known as SEPA. Drawings and technical data are not available for this solicitation/requirement. This requirement requires Government source approval. Quotes/proposals received from sources which are not Government-approved sources of supply will be deemed technically unacceptable, and therefore ineligible for award.
Quotes/proposals from dealers/distributors for government approved source(s) MUST submit a copy of their authorized distributor letter (on the actual manufacturer?s letterhead) to the buyer/point of contact indicated on the solicitation via email, at time of quote/proposal submittal.
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. 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.
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. \
Buyer & contacts
Tags & Signals
Similar tenders
Navy Procurement Amendment Reduces Item Quantity from 65 to 12 Units
This procurement amendment reduces the quantity of items from 65 units to 12 units while maintaining all other terms and conditions. The solicitation includes standard government clauses covering item identification, delivery timelines, payment workflows, and compliance requirements. Various regulatory provisions apply including Buy American requirements, equal opportunity standards, and transportation specifications.
Navy Procurement for Critical Safety Items and Spare Parts
This solicitation seeks newly manufactured spare parts under emergency acquisition authority, with refurbished or remanufactured items deemed unacceptable. Offers must come from government-approved sources, and distributors must provide authorization letters. The procurement incorporates clauses for critical safety items, product verification testing, and contractor business systems.
Navy Procurement for Plain Seal Manufacturing with Quality Requirements
This procurement solicits quotes for the manufacture of plain seals according to specified military standards. The contract includes detailed quality assurance requirements, inspection procedures, and design change protocols. Evaluation will follow Lowest Price Technically Acceptable criteria, and electronic invoicing through PIEE-WAWF is required.
Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.