LEAD ASSEMBLY, ELECT

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A6-24-T-48C4

Basic Details

started - 12 Apr, 2024 (20 days ago)

Start Date

12 Apr, 2024 (20 days ago)
due - 19 Apr, 2024 (13 days ago)

Due Date

19 Apr, 2024 (13 days ago)
Bid Notification

Type

Bid Notification
SPE4A6-24-T-48C4

Identifier

SPE4A6-24-T-48C4
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-48C4 SECTION A 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:016502589/6150 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 6ZSR8 SPE4A624PB344 1.000 95.50000 20231228 N 076M6 SPE4A622P6881 1.000 50.00000 20211213 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 6 OF 25 PAGES SPE4A6-24-T-48C4 SECTION B PR: 7007020743 NSN/MATERIAL:6150016502589 ITEM DESCRIPTION LEAD ASSEMBLY,ELECT LEAD ASSEMBLY, ELECT CERTIFICATE OF CONFORMANCE PROCEDURES (FAR 52.246-15) ARE AUTHORIZED, UNLESS WITHELD BY A QUALITY ASSURANCE LETTER OF INSTRUCTION. RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY 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. RD002, COVERED DEFENSE INFORMATION APPLIES 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 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 25 PAGES SPE4A6-24-T-48C4 SECTION B 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 IAW BASIC DRAWING NR 19207 12580726 REVISION NR DTD 07/01/2015 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 7060818 REVISION NR H DTD 06/10/2015 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 8338564 REVISION NR J DTD 06/10/2015 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 8338561 REVISION NR N DTD 09/01/2011 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 7060816 REVISION NR J DTD 07/30/2009 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 7762687 REVISION NR R DTD 06/10/2015 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 7982997 REVISION NR K DTD 06/10/2015 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 8338562 REVISION NR M DTD 06/10/2015 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12580726 REVISION NR DTD 08/20/2021 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7007020743 0001 EA 1.000 NSN/MATERIAL:6150016502589 DELIVERY (IN DAYS):0005 DELIVER FOB: ORIGIN CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 25 PAGES SPE4A6-24-T-48C4 SECTION B PR: 7007020743 PRLI: 0001 CONT’D 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:31 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:00 CUSH/DUNN MAT:00 CUSH/DUNN THKNESS:0 UNIT CONT:BL OPI:M INTRMDTE CONT:ED INTRMDTE CONT QTY:008 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 SUPPLEMENTAL INSTRUCTIONS: CAP IAW NAS 847, COIL WIRE TO 10 IN DIA BULK BREAK POINT: W31G1Y W0LX ANNISTON DEPOT PROP DIV ANNISTON ARMY DEPOT BLDG 513 7 FRANKFORD AVE ANNISTON AL 36201-5021 US SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: W31G1Y W0LX ANNISTON DEPOT PROP DIV ANNISTON ARMY DEPOT BLDG 513 7 FRANKFORD AVE ANNISTON AL 36201-5021 US MARKFOR W31G1Y W0LX ANNISTON DEPOT PROP DIV ANNISTON ARMY DEPOT BLDG 513 7 FRANKFORD AVE ANNISTON AL 36201-5021 US M/F: (TCN) W31G1Y408600VB RDD: PROJ: TP 1 SUPP ADD: W31G1Y SIG: A FOR GOVERNMENT USE ONLY: (IPD) 03 DIC: A0A DIST: ADV: 2L FC: VE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE4A6-24-T-48C4 SECTION B PR: 7007020743 PRLI: 0001 CONT’D Need Ship Date:00/00/0000 Original Required Delivery Date:03/29/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE4A6-24-T-48C4

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

59--CABLE ASSEMBLY,RADI

Due: 14 May, 2024 (in 12 days)Agency: DEPT OF DEFENSE

59--CABLE ASSEMBLY,RADI

Due: 09 May, 2024 (in 7 days)Agency: DEPT OF DEFENSE

59--CABLE ASSEMBLY,RADI

Due: 14 May, 2024 (in 12 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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