FILTER ELEMENT, FLUI

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7L1-23-U-0602

Basic Details

started - 28 Nov, 2022 (17 months ago)

Start Date

28 Nov, 2022 (17 months ago)
due - 12 Dec, 2022 (16 months ago)

Due Date

12 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
SPE7L1-23-U-0602

Identifier

SPE7L1-23-U-0602
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 SPE7L1-23-U-0602 SECTION A 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 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 – CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE7L1-23-U-0602 SECTION A 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 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:123556166/2940 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 6NRE7 SPE7L321F6699 299.000 27.05000 20210115 N 6NRE7 SPE7L320F4799 106.000 27.05000 20200917 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 25 PAGES SPE7L1-23-U-0602 SECTION A Procurement History for NSN/FSC:123556166/2940 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 6NRE7 SPE7L320F3700 113.000 27.05000 20200813 N 6NRE7 SPE7L320V1785 568.000 27.46000 20191212 N 6NRE7 SPE7L320P0281 582.000 27.15000 20191009 N 56QV3 SPE7L319P5226 411.000 27.50000 20190909 N 6NRE7 SPE7L319P7599 335.000 29.33000 20190812 N 56QV3 SPE7L019V1289 267.000 29.50000 20181113 N 6NRE7 SPE7L018V5448 530.000 29.93000 20180426 N 56QV3 SPE7L018V4818 263.000 29.97000 20180404 N 56QV3 SPE7L318V2289 333.000 29.97000 20171214 N 1V4T7 SPE7L217V1041 495.000 46.89000 20170406 N 06YZ5 SPE7L017P1018P00001 403.000 29.17000 20170210 N 06YZ5 SPE7L317V2030 422.000 29.91000 20161215 N 06YZ5 SPE7L316V8043 350.000 30.39000 20160617 N 06YZ5 SPE7L316M5976 451.000 30.39000 20160602 N 5E074 SPE7L316V6414 3.000 55.54000 20160504 N 5E074 SPE7L316V5213 13.000 51.80000 20160401 N 1NWY2 SPM75001D970554LH 2.000 84.86000 20160326 N 1NWY2 SPM75001D970554GL 6.000 84.86000 20160325 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 8 OF 25 PAGES SPE7L1-23-U-0602 SECTION B PR: 1000157008 NSN/MATERIAL:2940123556166 ITEM DESCRIPTION FILTER ELEMENT,FLUI FILTER ELEMENT,FLUID RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT 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. RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES CRITICAL APPLICATION ITEM CNH UK LIMITED K5579 P/N 8603535 CNH INDUSTRIAL AMERICA LLC 10988 P/N 47996857 INDEPENDENT ROUGH TERRAIN CENTER LLC 1NWY2 P/N 923828.0610 INDEPENDENT ROUGH TERRAIN CENTER LLC 1NWY2 P/N EP-0002755 LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000157008 0001 EA 867.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:2940123556166 DELIVERY (IN DAYS):0058 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA-QUP:001 WILL BE PACKAGED IN ACCORDANCE WITH ASTM D3951. All DLA Master List of Technical and Quality Requirements take precedence over ASTM D3951. Mark and label all packaging and packing in accordance with MIL-STD-129. The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order. PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE7L1-23-U-0602 SECTION B PR: 1000157008 PRLI: 0001 CONT’D * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE7L1-23-U-0602

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

FILTER ELEMENT, FLUI

Due: 29 Apr, 2024 (in 3 days)Agency: Department of Defense

FILTER ELEMENT, FLUI

Due: 06 May, 2024 (in 9 days)Agency: Department of Defense

FILTER ELEMENT, FLUI

Due: 29 Apr, 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.