CLIP, SPRING TENSION

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7L1-23-U-1118

Basic Details

started - 25 Jan, 2023 (14 months ago)

Start Date

25 Jan, 2023 (14 months ago)
due - 08 Feb, 2023 (13 months ago)

Due Date

08 Feb, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
SPE7L1-23-U-1118

Identifier

SPE7L1-23-U-1118
Department of Defense

Customer / Agency

Department of Defense
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 5 OF 26 PAGES SPE7L1-23-U-1118 SECTION A FAR 52.219-33 Nonmanufacturer Rule NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM 332510 Refer to the corresponding small business size standard http://www.sba.gov/content/table-small-business-size-standards However, the small business size standard for a concern that submits an offer but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition is 1) an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award; or 2) uses the HUBZone price evaluation preference to award to a HUBZone concern, unless the concern waived the evaluation preference. DFARS 252.225-7001, BUY AMERICAN AND BALANCE OF
PAYMENTS PROGRAM, APPLIES TO ALL QUOTES ABOVE THE MICRO-PURCHASE THRESHOLD. DESTINATION INSPECTION REQUIRED - FAR 52.246-2 APPLIES. Fast Pay does not apply to this solicitation Offerors are encouraged to submit price break information (not Auto IDC) with their quotes. Solicitations which are manually evaluated and awarded at increased quantities may be awarded based on the price break information submitted with the offeror's original quotation without further solicitation or discussion. This does not apply to Auto IDC. If you anticipate quoting on a solicitation after the closing date, please submit a DIBBS quote with a bid type of “No Bid” and place an anticipated quote date or the reason you are not willing to quote. This does not prevent you from submitting an actual quote on DIBBS at a later CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 26 PAGES SPE7L1-23-U-1118 SECTION A date. It will overlay your previous no quote. This informs buyers of your intention to quote and prevents multiple calls for updates and cancelling of requirements assumed to be non-procurable due to no quotes/sources. The submission of an anticipated quote date does not preclude DLA from making an award to another acceptable timely offer. DLA funds Procurement Technical Assistance Centers (PTACs) to increase the number of U.S. businesses capable of bidding and performing on local, state, and federal government contracts. PTACs have government contracting experts available to assist suppliers at no cost. Visit our website to find your local PTAC: http://www.dla.mil/HQ/SmallBusiness/PTAP.aspx THE OFFEROR, BY SUBMISSION OF ITS QUOTATION, REPRESENTS IT WILL NOT PROVIDE COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES TO THE GOVERNMENT IN THE PERFORMANCE OF ANY AWARD RESULTING FROM THIS SOLICITATION, IN ACCORDANCE WITH PARAGRAPH (d)OF THE CLAUSE AT FAR 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT, OR IN ACCORDANCE WITH ITS EXISTING REPRESENTATION IN PARAGRAPH (c) OF THE PROVISION AT DFARS 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES – REPRESENTATION. Caution Notice: Offerors are required to comply with domestic material restrictions. The Berry Amendment, the Buy American Act, and other domestic material restriction may apply. Offerors are instructed to refer to the solicitation clauses related to foreign sourcing for more information on applicability. The Berry Amendment threshold has been reduced to $150,000 and vendors must carefully review related clauses DFARS 252.225-7006, 252.225-7012, and 252.225-7015 for applicability requirements. If your offer is based on a non-domestic material, you are required to provide disclosure information in your quote and/or through written notification to the point of contact listed in the solicitation. DoD Class Deviation 2023-O0001: A small business joint venture offeror CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 26 PAGES SPE7L1-23-U-1118 SECTION A must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212- 3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. Contractors shall not provide parts and supplies made using additive manufacturing (AM), unless AM is specifically authorized in the solicitation/contract. See procurement note L31. Procurement History for NSN/FSC:010053118/5340 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 0RCD8 SPE7L422P3490 1395.000 1.33000 20220920 N 0WVW0 SPE7L322V3887 450.000 1.54000 20220301 N 0RCD8 SPE7L122P0063 698.000 1.36000 20220301 N 0RCD8 SPE5EN19F1473P00002 875.000 1.07000 20190215 N 0RCD8 SPE5EN19F1289P00002 875.000 1.07000 20190117 N 0RCD8 SPE5EN19F0905P00001 875.000 1.07000 20181221 N 30391 SPE5E115V1655 5635.000 0.92900 20150203 N 30391 SPE5EK15V0260P00001 3053.000 0.96100 20141015 N 6TJJ6 SPE5EK14V1436 2124.000 1.00000 20140205 N 0WVW0 SPM5EK14M0054 5724.000 1.09700 20131007 N 7Z016 SPM5L211M2602 3660.000 1.10000 20110928 N 0RCD8 SPM5L211M1841 5550.000 1.11000 20110809 N 30391 SPM5L211M0563P00001 5600.000 0.71700 20110104 N 0RCD8 SPM5L211M0368P00001 4000.000 0.73000 20101130 N 1W9T6 SPM5L310D0002000801 1329.000 1.25000 20100923 N 1W9T6 SPM5L310D0002000601 1004.000 1.25000 20100729 N 1W9T6 SPM5L208M1277 12300.000 0.65000 20080216 N 1N8T8 SP056005W0550 10790.000 1.15000 20050527 N 51557 SP056003MET31 4000.000 1.25000 20030929 N 51557 SP056003MN135 6500.000 1.02000 20030428 N This solicitation is being issued under the First Destination Transportation (FDT) program to reduce cost of transportation through the use of Government-Arranged Transportation utilizing Government CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 26 PAGES SPE7L1-23-U-1118 SECTION A contracts and rates. Offers should be submitted based on FOB Origin. For offerors whose shipments will orginate from outside the contiguous United States, the offeror's FOB Origin price shall include transportation to a contiguous United States location that the offeror selects based on cost effectiveness or other variables at the offeror's discretion. Additional information about FDT can be found at: http://www.dla.mil/FDTPI/ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 26 PAGES SPE7L1-23-U-1118 SECTION B PR: 1000161339 NSN/MATERIAL:5340010053118 ITEM DESCRIPTION CLIP,SPRING TENSION CLIP, SPRING TENSION RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. RD003, COVERED DEFENSE INFORMATION POTENTIALLY APPLIES FULL AND OPEN COMPETITION APPLY RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO(>,)> OR COME IN DIRECT CONTACT WITH(>,)> ANY HARDWARE OR SUPPLIES FURNISHED UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 28638 4SE00300 REVISION NR DTD 10/13/1972 PART PIECE NUMBER: 4SE00300-11 LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 26 PAGES SPE7L1-23-U-1118 SECTION B PR: 1000161339 PRLI: 0001 CONT’D CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000161339 0001 EA 2,075.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:5340010053118 DELIVERY (IN DAYS):0017 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP:001 PRES MTHD:10 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:00 CUSH/DUNN MAT:00 CUSH/DUNN THKNESS:0 UNIT CONT:10 OPI:O INTRMDTE CONT:D3 INTRMDTE CONT QTY:AAA PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:00 -00 No special marking PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT IP025: PACKAGING, MARKING, AND SHIPPING OF HAZARDOUS MATERIALS * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 26 PAGES CONTINUED ON NEXT PAGE SPE7L1-23-U-1118

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

53--CLIP,SPRING TENSION

Due: 04 Apr, 2024 (in 6 days)Agency: DEPT OF DEFENSE