REGULATOR, ENGINE

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7L1-23-U-0592

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-0592

Identifier

SPE7L1-23-U-0592
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-0592 SECTION A STANDARD THAT APPLIES TO YOUR COMPANY IS NOT AVAILABLE ON DIBBS (e.g. AS9100) AS A SELECTION, THEN SELECT “OTHER” THEN SPECIFY WHAT “OTHER EQUIVALENT” STANDARD APPLIES. 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE7L1-23-U-0592 SECTION A 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 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 25 PAGES SPE7L1-23-U-0592 SECTION A Procurement History for NSN/FSC:011758904/2920 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 3NNX8 SPE7L522P1375 28.000 2340.00000 20220429 N 3NNX8 SPE7L522P1052 9.000 2340.00000 20220314 N 3NNX8 SPE7L522P1018 6.000 2340.00000 20220308 N 3NNX8 SPE7L522P0729P00002 9.000 2340.00000 20220118 N 3NNX8 SPE7L522P0643P00001 6.000 2340.00000 20220103 N 3NNX8 SPE7L522P0479P00002 17.000 1901.20000 20211206 N 3NNX8 SPE7L522P0278P00001 10.000 2340.00000 20211020 N 3NNX8 SPE7L521P1296P00002 5.000 1860.00000 20210913 N 3NNX8 SPE7L521P1291P00001 10.000 1860.00000 20210803 N 3NNX8 SPE7L118V6375P00004 4.000 1650.00000 20180627 N 3NNX8 SPE7L118V6291P00004 3.000 1650.00000 20180622 N 3NNX8 SPE7L518V1827P00004 12.000 1650.00000 20180613 N 3NNX8 SPE7L118V4896P00004 37.000 1650.00000 20180418 N 3NNX8 SPE7L718P2765P00007 15.000 1650.00000 20180319 N 3NNX8 SPE7L718P2761P00005 30.000 1650.00000 20180319 N 3NNX8 SPE7L718P2465P00005 15.000 1650.00000 20180301 N 3NNX8 SPE7L518V0558P00005 15.000 1650.00000 20171221 N 3NNX8 SPE7L417V1416P00005 5.000 1690.51000 20170926 N 3NNX8 SPE7L117P3077P00006 25.000 1811.36000 20170525 N 3NNX8 SPE7L517V0948 23.000 1811.36000 20170413 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-0592 SECTION B PR: 1000157049 NSN/MATERIAL:2920011758904 ITEM DESCRIPTION REGULATOR,ENGINE REGULATOR, ENGINE. 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 RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) RQ017: PHYSICAL INDENTIFICATION/BARE ITEM MARKING 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 9 OF 25 PAGES SPE7L1-23-U-0592 SECTION B RD002, COVERED DEFENSE INFORMATION APPLIES CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. EXCEPTION TO DRAWING: ONE OF THE SOURCES LISTED ON SOURCE CONTROL DRAWING 66A97-C343 IS OUT OF BUSINESS/OBSOLETE: SUN ELECTRIC CORPORATION/CAGE 4D067. EXCEPTION TO DRAWING: PN C734-3107 supersedes PN A624-3107. CRITICAL APPLICATION ITEM ESSEX ELECTRO ENGINEERS, INC. 21269 P/N C734-3107 IAW BASIC DRAWING NR 10001 66A97-C343 REVISION NR F DTD 03/04/2003 PART PIECE NUMBER: LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000157049 0001 EA 40.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:2920011758904 DELIVERY (IN DAYS):0245 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: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE7L1-23-U-0592

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

29--STARTER,ENGINE,ELEC

Due: 06 May, 2024 (in 10 days)Agency: DEPT OF DEFENSE

GENERATOR, ENGINE AC

Due: 03 May, 2024 (in 6 days)Agency: Department of Defense

GENERATOR, ENGINE AC

Due: 06 May, 2024 (in 10 days)Agency: Department of Defense

Please Sign In to see more like these.

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