Franklin Patton
—
—
Amendment 001: The purpose of this amendment is to extend the closing date of the Request for Quotes to allow for additional time for quotes to be submitted. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and...
View more| Name | Type | Posted | Action |
|---|---|---|---|
| VIR_W05385.pdf | Feb 20, 2026 | ||
| Attachment RIR_QAP_W05385.pdf | Feb 20, 2026 | ||
| Solicitation CDRLs_Redacted.pdf | Feb 20, 2026 | ||
| Standard Specification ASTM A967-A967M-25_2025-05-19.pdf | Feb 20, 2026 | ||
| Material Specification SAE AMS2700F_2018-03-01.pdf | Feb 20, 2026 | ||
| Drawing 7345000_53711_FN_D.pdf | Feb 20, 2026 |
Check Valves
—
Check Valves
—
This requirement contains drawings that are designated Distribution D; therefore, they are export controlled. To access the Government documents, the Offeror must possess a valid Joint Certification Program (JCP) certification. In order to obtain access to the drawings, a valid DD 2345 form must be provided to the Request for Quote Point of Contact and the requests for the drawings shall come from the JCP Custodian; drawings will not be provided to other points of contact. Additionally, in accordance with DFARS supplement rule 2019-D041 (Assessing Contractor Implementation of Cybersecurity Requirements), only offerors with a summary level score of a National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 DoD Assessment, of not more than three (3) years old from the date of this combined synopsis and solicitation, posted in the Supplier Performance Risk System (SPRS) will be eligible to receive a copy of the drawings.
Cybersecurity Maturity Model Certification (CMMC) Level 2 (self) is applicable to this purchase.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.
52.204-13 System for Award Management Maintenance.
52.204-19 Incorporation by Reference of Representations and Certifications.
52.209-10, Prohibition on Contracting With Inverted Domestic Corporations.
52.209-11, Representation by corporations Regarding Delinquent Tax
52.212-1, Instructions to Offerors Commercial Items
52.212-4, Contract Terms and Conditions Commercial Items
52.222-3, Convict Labor.
52.222-19, Child Labor-Cooperation with Authorities and Remedies.
52.222-35, Equal Opportunity for Veterans.
52.222-36, Equal Opportunity for Workers with Disabilities.
52.222-50, Combating Trafficking in Persons.
52.223-23, Sustainable Products.
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving.
52.232-8, Discounts for Prompt Payment.
52.232-11, Extras.
52.232-33, Payment by Electronic Funds Transfer-System for Award Management.
52.232-39, Unenforceability of Unauthorized Obligations.
52.232-40, Providing Accelerated Payments to Small Business Subcontractors.
52.233-1, Disputes.
52.233-3, Protest after Award.
52.233-4, Applicable Law for Breach of Contract Claim.
52.240-90 Security Prohibitions and Exclusions Representations and Certifications.
52.240-91, Security Prohibitions and Exclusions.
52.243-1, Changes-Fixed Price.
52.244-6, Subcontracts for Commercial Products and Commercial Services.
52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form).
The following DFARS clauses apply to this solicitation:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product.
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information,
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Revision 1)
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements,
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7020 NIST SP 800-171 DoD Assessment Requirements,
252.204-7021 Contractor Compliance With the Cybersecurity Maturity Model Certification Level Requirements.
252.204-7024 Notice on the Use of the Supplier Performance Risk System
252.204-7025 Notice of Cybersecurity Maturity Model Certification Level Requirements.
252.211-7003 Item Identification and Valuation
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.225-7000 Buy American—Balance of Payments Program Certificate.
252.225-7001 Buy American and Balance of Payments Program.
252.225-7002 Qualifying Country Sources as Subcontractors.
252.225-7013, Duty-Free Entry.
252.225-7048, Export-Controlled Items.
252.232-7010 Levies on Contract Payments.
252.243-7001, Pricing of Contract Modifications.
252.247-7023 Transportation of Supplies by Sea.
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far
The method of payment is via Electronic Payment through Wide Area Workflow (WAWF). In accordance with DFAR Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more.
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov
The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor Unique Entity Identification (UEID). A quote received after the closing date and time specified may be ineligible for award.
The quote may be submitted via email to the email address below and must be received on or before Tuesday, 10 March 2026 at 1400 eastern time. Offers received after the closing date are considered to be late and may not be considered for award. For information on this acquisition, contact Franklin Patton at [email protected].
Attachments:
#1: Drawing 7345000 Rev. D
#2: Aerospace Material Specification
#3: Chemical Passivation Treatment Standard Specification
#4: Contract Data Requirements List
#5: Receipt Inspection Report
#6: Vendor Information Request W05385