BEARING, WASHER, THRUST

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A6-24-T-46K4

Basic Details

started - 10 Apr, 2024 (19 days ago)

Start Date

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

Due Date

17 Apr, 2024 (12 days ago)
Bid Notification

Type

Bid Notification
SPE4A6-24-T-46K4

Identifier

SPE4A6-24-T-46K4
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 28 PAGES SPE4A6-24-T-46K4 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 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:008609180/3120 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 28210 SPE4A623F351C 117.000 122.58000 20230815 N 28210 SPE4A623F277E 200.000 122.58000 20230713 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 28 PAGES SPE4A6-24-T-46K4 SECTION A Procurement History for NSN/FSC:008609180/3120 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 28210 SPE4A623F195X 50.000 122.58000 20230606 N 28210 SPE4A623F030JP00001 200.000 122.58000 20230330 N 28210 SPE4A623F013FP00002 50.000 122.58000 20230322 N 28210 SPE4A623F1595P00001 50.000 122.58000 20221025 N 28210 SPE4A623F0258P00002 179.000 122.58000 20221007 N 28210 SPE4A622F340CP00001 50.000 119.70000 20220823 N 28210 SPE4A622F246VP00004 139.000 119.70000 20220712 N 28210 SPE4A620F204GP00002 116.000 116.55000 20200702 N 28210 SPE4A620F051HP00001 126.000 116.55000 20200506 N 28210 SPE4A620F9898P00001 55.000 116.55000 20200412 N 28210 SPE4A620F8511P00001 61.000 116.55000 20200317 N 28210 SPE4A619F540TP00002 400.000 116.55000 20190823 N 28210 SPE4A719F4950P00003 136.000 116.55000 20190205 N 28210 SPE4A618F4216 126.000 62.15000 20171130 N 28210 SPE4A618F1032P00001 278.000 62.30000 20171012 N 28210 SPE4A613D57420005 130.000 62.30000 20170815 N 28210 SPE4A613D57420004 112.000 62.30000 20170608 N 28210 SPE4A613D57420003 100.000 62.30000 20170211 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 28 PAGES SPE4A6-24-T-46K4 SECTION B PR: 7004589380 NSN/MATERIAL:3120008609180 ITEM DESCRIPTION BEARING,WASHER,THRUST BEARING,WASHER,THRUST 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. RD002, COVERED DEFENSE INFORMATION APPLIES RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RQ042: Non-Tailored Higher-Level Quality Requirements (ISO 9001:2015) for Manufacturers and Non-Manufacturers 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. RT001: MEASURING AND TEST EQUIPMENT RQ032: EXPORT CONTROL OF TECHNICAL DATA This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 28 PAGES SPE4A6-24-T-46K4 SECTION B Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/Logistics-Operations/Enhanced-Validation/ To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data. P/N: 8767117 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 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. CONTRACTOR FIRST ARTICLE REQUIRED TEST REPORT TO BE MAILED TO: FAW 8000 JEFFERSON DAVIS HWY RICHMOND VA 23297 1EA COPY TO BE SUBMITTED ELECTRONICALLY TO: cecelia.m.bauer.civ@mail.mil and ROCK-RDAR-QEP@CONUS.ARMY.MIL FILES MAY BE COMPRESSED USING ZIP PROGRAM THE FIRST ARTICLE TESTING SHALL BE PERFORMED IN THE PRESENCE OF THE COGNIZANT DCMA QUALITY ASSURANCE REPRESENTATIVE (QAR). ARDEC QA TO WITNESS, 30 DAY ADVANCE NOTICE TO BE EMAILED TO cecelia.m.bauer.civ@mail.mil and ROCK-RDAR-QEP@CONUS.ARMY.MIL ****EXCEPTIOS TO DRAWING 8767117**** 1. CHROME PLATE PER SAE AMS 2460, CLASS 2D, THICKNESS .0010 TO .0015, STRESS RELIEF PRIOR TO CHROME PLATE IS NOT REQUIRED. 2. .38-.53C AISI SAE ALLOY (4XXX OR 8XXX) PER AIR 4127. FREE MACHINING GRADES ARE NOT ALLOWED. IDENTIFY TO: MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 19206 8767117 REVISION NR L DTD 03/29/2013 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 28 PAGES SPE4A6-24-T-46K4 SECTION B PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 12579607 REVISION NR C DTD 08/04/2009 PART PIECE NUMBER: IAW REFERENCE QAP 13873 QAP-B02 REVISION NR B DTD 12/11/2013 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19206 8769067 REVISION NR P DTD 05/16/2017 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19206 QAP-APPX-WVA REVISION NR DTD 03/01/2001 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19206 8767117 REVISION NR DTD 11/02/2023 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19206 8767117 REVISION NR L DTD 09/08/2003 PART PIECE NUMBER: IAW REFERENCE QAP 19206 8767117 REVISION NR T DTD 03/29/2013 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 13873 008609180-TECHEVAL REVISION NR DTD 04/17/2013 PART PIECE NUMBER: IAW REFERENCE QAP 19206 12521199 REVISION NR A DTD 05/28/1993 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19206 12521199 REVISION NR A DTD 12/01/2014 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19206 12521199 REVISION NR A DTD 05/28/1993 PART PIECE NUMBER: IAW REFERENCE QAP 1NUW7 QAP-APPX-BL REVISION NR DTD 07/31/2001 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7004589380 0001 EA 13.000 NSN/MATERIAL:3120008609180 DELIVERY (IN DAYS):0220 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN PREP FOR DELIVERY: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 28 PAGES SPE4A6-24-T-46K4 SECTION B PR: 7004589380 PRLI: 0001 CONT’D 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:A 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 SUPPLEMENTAL PACKAGING INSTRUCTIONS: PACKAGING SHALL BE IAW DWG 8767117, SPI P8767117, REV L, DTD 09/08/2003. STEP 1 MIL-PRF315- 2 MIL-PRF-3420, STYLE B, CLASS 2 3BAG MIL-DTL-117, TYPE II, CLASS E 4 CLOSURE, SEAL PARCEL POST ADDRESS: SW3215 DLA DISTRIBUTION BARSTOW CENTRAL RECEIVING WHSE 7 REC OFFICER 442-295-4148 BARSTOW CA 92311-5014 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3215 DLA DISTRIBUTION BARSTOW CENTRAL RECEIVING WHSE 7 REC OFFICER 442-295-4148 BARSTOW CA 92311-5014 US Need Ship Date:05/08/2024 Original Required Delivery Date:07/07/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0002 7004589380 0002 EA 310.000 NSN/MATERIAL:3120008609180 DELIVERY (IN DAYS):0220 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 28 PAGES SPE4A6-24-T-46K4 SECTION B PR: 7004589380 PRLI: 0002 CONT’D 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:A 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 SUPPLEMENTAL PACKAGING INSTRUCTIONS: PACKAGING SHALL BE IAW DWG 8767117, SPI P8767117, REV L, DTD 09/08/2003. STEP 1 MIL-PRF315- 2 MIL-PRF-3420, STYLE B, CLASS 2 3BAG MIL-DTL-117, TYPE II, CLASS E 4 CLOSURE, SEAL PARCEL POST ADDRESS: W25G1U W1A8 DLA DISTRIBUTION DDSP NEW CUMBERLAND FACILITY 2001 NORMANDY DRIVE DOOR 113 TO 134 NEW CUMBERLAND PA 17070-5002 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: W25G1U W1A8 DLA DISTRIBUTION DDSP NEW CUMBERLAND FACILITY 2001 NORMANDY DRIVE DOOR 113 TO 134 NEW CUMBERLAND PA 17070-5002 US Need Ship Date:01/25/2024 Original Required Delivery Date:07/07/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 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.

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 1 day)Agency: DEPT OF DEFENSE

31--BEARING,PLAIN,SELF-

Due: 02 May, 2024 (in 2 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.