BEARING, PLAIN, SELF-

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A6-24-T-47U5

Basic Details

started - 12 Apr, 2024 (17 days ago)

Start Date

12 Apr, 2024 (17 days ago)
due - 19 Apr, 2024 (10 days ago)

Due Date

19 Apr, 2024 (10 days ago)
Bid Notification

Type

Bid Notification
SPE4A6-24-T-47U5

Identifier

SPE4A6-24-T-47U5
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 25 PAGES SPE4A6-24-T-47U5 SECTION A Caution Notice: Offerors are required to comply with domestic material restrictions. The Berry Amendment, the Buy American Act, and other domestic material restrictions 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 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:009398220/3120 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 04836 SPE4A619PP102 70.000 629.00000 20190924 N 04836 SPE4A619PB559P00001 32.000 629.00000 20190326 N 04836 SPE4A618PK590 46.000 610.00000 20180710 N 04836 SPE4A518P3574 140.000 465.00000 20180220 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE4A6-24-T-47U5 SECTION A Procurement History for NSN/FSC:009398220/3120 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 04836 SPE4A617P1003P00001 72.000 451.00000 20161129 N 04836 SPE4A616M9608P00001 137.000 441.00000 20160315 N 58985 SPE4A516M3875 24.000 389.00000 20160224 N 04836 SPE4A616M8158 126.000 441.00000 20160217 N 04836 SPE4A616M4861 24.000 451.00000 20160105 N 5V361 SPE4A616M3692 10.000 445.00000 20151204 Y 04836 SPE4A616M2936 78.000 446.50000 20151123 N 04836 SPE4A615M4707 52.000 446.50000 20150115 N 04836 SPE4A614M3020P00001 69.000 428.00000 20131114 N 04836 SPE4A612M7216 79.000 398.00000 20120926 N 04836 SPM4A611MCR65 50.000 360.00000 20101130 N 97613 SP044104MTQ19 407.000 115.00000 20040930 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 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 7 OF 25 PAGES SPE4A6-24-T-47U5 SECTION B PR: 7007050772 NSN/MATERIAL:3120009398220 ITEM DESCRIPTION BEARING,PLAIN,SELF- BEARING,PLAIN,SELF-ALIGNING 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. RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR) RD003, COVERED DEFENSE INFORMATION POTENTIALLY APPLIES RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ006: QUALITY CONFORMANCE INSPECTION REQUIREMENTS RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for Manufacturers and Non-Manufacturers RT001: MEASURING AND TEST EQUIPMENT Certificate of Quality Compliance (CoQC) Contract Data Requirements Lists (CDRLs), DD Form 1423s, apply to this procurement. Review the Technical Data Package (TDP) for additional information. If CDRL-COQCCDRLs is missing from DLA Collaboration Folders (CFolders) they can also be viewed in Appendix 1 of the DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx CONFIGURATION CONTROL ITEM FLIGHT SAFETY CRITICAL ITEM APPROVED SOURCE: SARGENT CONTROLS AEROSPACE DBA KAHR BEARING DIVISION CAGE: 97613 P/N:KWB9N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 25 PAGES SPE4A6-24-T-47U5 SECTION B COQC REQUIRED (SEE CLAUSE 52.246.9000 IDENTIFY TO: MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY THIS IS A NAVY IDENTIFIED CRITICAL SAFETY ITEM (CSI). ALL REQUESTS FOR WAIVERS OR DEVIATIONS MUST BE FORWARDED TO THE DSC CONTRACTING OFFICER FOR REVIEW AND APPROVAL. . ALL ITEMS OF SUPPLY SHALL BE MARKED IAW MIL-STD-129. IN ADDITION, EACH UNIT PACK WILL BE MARKED WITH LOT AND SERIAL NUMBER (IF AVAILABLE), CONTRACTOR'S CAGE CODE, ACTUAL MANUFACTURER'S CAGE CODE AND PART NUMBER. CRITICAL APPLICATION ITEM TIMKEN CO 21335 P/N BSH18ATC36E9903 BELL TEXTRON INC 97499 P/N BSH18ATC36E9903 IAW REFERENCE QAP 13873 QAP-B02 REVISION NR B DTD 12/11/2013 PART PIECE NUMBER: IAW REFERENCE QAP 13873 CDRL-COQC-22104 REVISION NR DTD 04/08/2022 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7007050772 0001 EA 33.000 NSN/MATERIAL:3120009398220 DELIVERY (IN DAYS):0162 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:ZZ CLNG/DRY:Z PRESV MAT:ZZ WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:Z UNIT CONT:ZZ OPI:M INTRMDTE CONT:ZZ INTRMDTE CONT QTY:ZZZ PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:ZZ -ZZ Special Requirements PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT PARCEL POST ADDRESS: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE4A6-24-T-47U5 SECTION B PR: 7007050772 PRLI: 0001 CONT’D SW3222 DLA DISTRIBUTION CORPUS CHRISTI TX DDCT-S 540 FIRST STREET SE CORPUS CHRISTI TX 78419-5255 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3222 DLA DISTRIBUTION CORPUS CHRISTI TX GPS USE 100 NAS DR PH 361 431 3728 540 FIRST STREET SE BLDG 1846 CORPUS CHRISTI TX 78419-5255 US Need Ship Date:09/29/2024 Original Required Delivery Date:05/06/2025 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE4A6-24-T-47U5

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

31--BEARING HALF,SLEEVE

Due: 01 May, 2024 (in 2 days)Agency: DEPT OF DEFENSE

31--BEARING,PLAIN,SELF-

Due: 02 May, 2024 (in 3 days)Agency: DEPT OF DEFENSE

31--BEARING, WASHER, THRUST

Due: 07 May, 2024 (in 7 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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