TRANSDUCER DIFF PRE

SOL #: SPRMM126QKC54Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
SPRMM1 DLA MECHANICSBURG
MECHANICSBURG, PA, 17055-0788, United States

Place of Performance

Place of performance not available

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

Combination And Miscellaneous Instruments (6695)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 19, 2026
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Apr 13, 2026, 8:30 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Defense Logistics Agency (DLA) Mechanicsburg has issued a solicitation for the procurement of TRANSDUCER DIFF PRE (Product Service Code 6695 - Combination And Miscellaneous Instruments). This amendment extends the quote due date to April 13, 2026. Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria.

Scope of Work

This solicitation covers the manufacture and quality requirements for the TRANSDUCER DIFF PRE. The item must conform to the design represented by Cage Code 81412, reference number 24-49654, and be marked in accordance with MIL-STD-130, REV N, 16 NOV 2012. A critical requirement is that the material supplied must be mercury-free for use on submarines/surface ships, with strict protocols for any necessary mercury inclusion.

Contract & Timeline

  • Type: Solicitation (Amendment)
  • Set-Aside: None specified
  • Response Due: April 13, 2026, at 8:30 PM ET
  • Published: March 13, 2026 (Amendment)

Evaluation

Award will be made using the Lowest Price Technically Acceptable (LPTA) criteria, as per DFARS 215.101-2-70(a)(1)(i).

Key Requirements & Special Instructions

  • Authorized Distributors: Consideration for award will only be given to authorized distributors of the original manufacturer. Proof of authorization on company letterhead is required with the offer.
  • OEM Information: If not the manufacturer, offerors MUST state the Original Equipment Manufacturer (OEM) CAGE code and part number.
  • Drawings/Technical Data: Not available.
  • Electronic Submissions: Quotes via Electronic Data Interchange (EDI) must specify any exceptions. Electronic submittal of Invoice and Receiving Report (COMBO) through PIEE-WAWF is required post-award.
  • Production Facility Changes: Any changes require Contracting Officer approval and may incur a $250 administrative cost.
  • Quantity Breaks: Offerors must provide quantity breaks with their quotes.
  • Document References: Contractors are responsible for obtaining applicable documents; ordering information is provided.
  • Mercury-Free: Strict requirements for mercury-free materials, including approval for any mercury inclusion and testing protocols.

Additional Notes

Contractors are recommended to register for EDA at https://piee.eb.mil/ to view orders and modifications, and to provide contact information to NAVSUPWSSITIMPHelpdesk@navy.mil for automated notifications.

People

Points of Contact

Electronic Mail: CERRILL.MCMEEKIN@DLA.MILPRIMARY

Files

Files

View
View

Versions

Version 2Viewing
Solicitation
Posted: Mar 13, 2026
Version 1
Solicitation
Posted: Feb 19, 2026
View
TRANSDUCER DIFF PRE | GovScope