BOLT, U

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A6-24-T-33S2

Basic Details

started - 26 Mar, 2024 (1 month ago)

Start Date

26 Mar, 2024 (1 month ago)
due - 02 Apr, 2024 (26 days ago)

Due Date

02 Apr, 2024 (26 days ago)
Bid Notification

Type

Bid Notification
SPE4A6-24-T-33S2

Identifier

SPE4A6-24-T-33S2
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 SPE4A6-24-T-33S2 SECTION A 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 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 26 PAGES SPE4A6-24-T-33S2 SECTION A solicitation/contract. See procurement note L31. Procurement History for NSN/FSC:013690767/5306 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 1HEN9 SPE4A624FZ4F4 2.000 48.02000 20240121 N 1HEN9 SPE4A624FZ4F3 8.000 48.02000 20240120 N 1HEN9 SPE4A624FZ4F2 4.000 48.02000 20240120 N 1HEN9 SPE4A624FZ4D6 2.000 48.02000 20240120 N 1HEN9 SPE4A624FZ4D3 2.000 48.02000 20240120 N 1HEN9 SPE4A624FZ4D0 4.000 48.02000 20240120 N 1HEN9 SPE4A624FZ4C7 2.000 48.02000 20240120 N 1HEN9 SPE4A624FZ4C0 4.000 48.02000 20240120 N 1HEN9 SPE4A624FZ4B8 4.000 48.02000 20240120 N 1HEN9 SPE4A624FA0NY 13.000 48.02000 20231012 N 1HEN9 SPE4A623FBHT0 267.000 48.02000 20230809 N L0P56 SPE4A622PQ305P00001 142.000 34.00000 20220617 N 1JX19 SPE4A522P5514P00001 128.000 39.69000 20220321 N 5D4G2 SPE5E419V9624 220.000 37.00000 20190913 N 3G1W3 SPE5E417P1277P00001 204.000 28.61000 20170310 N 1VN42 SPM5A412M2145 328.000 14.75000 20120222 N 1VN42 SPM5A411M3248P00001 154.000 16.75000 20110506 N 1VN42 SPM4A710MC557 180.000 15.94000 20100514 N 1VN42 SPM5A609CF083 190.000 16.66000 20090925 N 5U074 SP054004M5579 100.000 19.50000 20031215 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 26 PAGES SPE4A6-24-T-33S2 SECTION B PR: 7006910027 NSN/MATERIAL:5306013690767 ITEM DESCRIPTION BOLT,U BOLT, U 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 RQ006: QUALITY CONFORMANCE INSPECTION REQUIREMENTS RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RQ042: Non-Tailored Higher-Level Quality Requirements (ISO 9001:2015) for Manufacturers and Non-Manufacturers The following Contract Data Requirements Lists (CDRLs), DD Form 1423s, apply to this procurement. Review the Technical Data Package (TDP) for additional information. INCLUDE ZD090 OBJECT TEXT ID ST SAMPLING: THE SAMPLING METHOD SHALL BE IN ACCORDANCE WITH MIL-STD-1916 OR ASQ H1331, TABLE 1 OR A COMPARABLE ZERO BASED SAMPLING PLAN UNLESS OTHERWISE SPECIFIED BY THE CONTRACT. IF THE APPLICABLE DRAWING, SPECIFICATION, STANDARD, OR QUALITY ASSURANCE PROVISION (QAP) SPECIFIES CRITICAL, MAJOR AND/OR MINOR ATTRIBUTES, THEY SHALL BE ASSIGNED VERIFICAITON LEVELS OF VII, IV AND II OR AQLS OF 0.1, 1.0 AND 4.0 RESPECTIVELY. UNSPECIFIED ATTRIBUTES SHALL BE CONSIDERED AS MAJOR UNLESS SAMPLING PLANS ARE SPECIFIED IN APPLICABLE DOCUMENTS. FOR MIL-STD-1916, THE MANUFACTURER MAY USE THE ATTRIBUTE OR VARIABLE INSPECTION METHOD AT THEIR OPTION OR PER THE CONTRACT. MIL-STD-105/ASQ Z1.4 MAY BE USED TO SET SAMPLE LOT SIZE, BUT ACCEPTANCE WOULD BE ZERO NON-CONFORMANCES IN THE SAMPLE LOT UNLESS OTHERWISE SPECIFIED IN THE CONTRACT. Contractor first article/preproduction approval testing required. Use DI-NDTI-80809B in preparation of the first article report. Current revision of MIL-HDBK-831 may also be used for report format guidance. First article testing shall be conducted IAW applicable drawings and drawing notes, specification, engineering instructions and specific requirements set forth in the contract. Additionally, 100% dimensional characteristics check shall be performed and results provided to the contracting officer. The first article offered must be manufactured at the facilities in which production quantities are procured under the contract. Contractor shall provide a statement along with objective evidence that test and production items meet the material and process requirements of the contract. If applicable, DD form 1423 documentation shall be provided as required. Unless F.A.T sample(s) is degraded or destroyed in testing or submitted for government fit, form, function verification (when specified by contract), the F.A.T. samples(s) may be deliverable with the last production run of the contract. Additional Wide Area Workkflow (WAWF) instructions for contractor first CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 26 PAGES SPE4A6-24-T-33S2 SECTION B article test CLIN: The contractor shall code the receiving report for contractor first article test CLIN in WAWF as follows: A. Inspection at origin (source)- Enter the DCMA DODAAC listed on page 1 of the contract. B. Acceptance at destination- Enter the issue by office DODAAC listed C. Ship to code - Enter the issue by office DODAAC listed on page 1 of the contract. RD003, COVERED DEFENSE INFORMATION POTENTIALLY APPLIES MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY IAW BASIC DRAWING NR 19207 12418027 REVISION NR B DTD 11/30/2012 PART PIECE NUMBER: 12418027-001 IAW REFERENCE DRAWING NR 19207 12420325 REVISION NR K DTD 07/09/2020 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12418027-001 REVISION NR DTD 07/21/2021 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7006910027 0001 EA 2.000 NSN/MATERIAL:5306013690767 DELIVERY (IN DAYS):0175 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:32 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:EC CUSH/DUNN MAT:00 CUSH/DUNN THKNESS:0 UNIT CONT:ZZ OPI:M INTRMDTE CONT:ED INTRMDTE CONT QTY:016 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 UNIT CONT ZZ: SEE METHOD OF PRESERVATION. BULK BREAK POINT: W90286 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 26 PAGES SPE4A6-24-T-33S2 SECTION B PR: 7006910027 PRLI: 0001 CONT’D W8UL IN ARNG UTES BLDG 631 HARRISON STREET CAMP ATTERBURY EDINBURGH IN 46124-1096 US SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: W805B0 W8UK IN ARNG CSMS 2 BLDG 631 HARRISON STREET CAMP ATTERBURY EDINBURGH IN 46124-1096 US MARKFOR W805B0 W8UK IN ARNG CSMS 2 BLDG 631 HARRISON STREET CAMP ATTERBURY EDINBURGH IN 46124-1096 US M/F: (TCN) W805B031460040 RDD: PROJ: TP 1 SUPP ADD: W81JR8 SIG: A FOR GOVERNMENT USE ONLY: (IPD) 03 DIC: A3A DIST: ADV: FC: 7N Need Ship Date:00/00/0000 Original Required Delivery Date:06/01/2023 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTRACTOR FIRST ARTICLE TEST - THE NUMBER OF UNITS SHOWN SIGNIFIES THE TEST REQUIREMENT. SEE FAR CLAUSE 52.209-3 CITED IN SECTION A OF THIS SOLICITATION FOR THE ACTUAL QUANTITY REQUIRED. CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0002 0000000000 EA 1.000 NSN/MATERIAL:0001S00000053 DELIVERY (IN DAYS):0080 THIS LINE ITEM SIGNIFIES THE FIRST ARTICLE TEST REQUIREMENT (FAT). SEE CLAUSES FOR INFORMATION CONCERNING THE FAT REQUIREMENT. OFFERS THAT DO NOT CITE A PRICE FOR THIS LINE ITEM SHALL BE EVALUATED UNDER THE ASSUMPTION THAT THERE IS NO SEPARATE CHARGE FOR THE FAT. IN THE EVENT THE FAT REQUIREMENT IS WAIVED, NO AWARD WILL BE MADE FOR THIS LINE ITEM. THE NUMBER OF UNITS SHOWN APPEARS AS “1 EA”. THIS QUANTITY SIGNIFIES THE TEST REQUIREMENT. OFFERORS WILL FIND THE ACTUAL QUANTITY REQUIRED BY THE GOVERNMENT FOR THE FAT LINE ITEM PER FAR 52.209-3 OR 52.209-4 IN SECTION A OF THIS SOLICITATION. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 26 PAGES SPE4A6-24-T-33S2 SECTION B PR: PRLI: CONT’D DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN Need Ship Date:00/00/0000 Original Required Delivery Date:00/00/0000 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 26 PAGES CONTINUED ON NEXT PAGE SPE4A6-24-T-33S2

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

BOLT

Due: 02 May, 2024 (in 2 days)Agency: Department of Defense

BOLT, U

Due: 03 May, 2024 (in 3 days)Agency: Department of Defense

BOLT, U

Due: 03 May, 2024 (in 3 days)Agency: Department of Defense

Please Sign In to see more like these.

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