GOVERNMENT FIRST ARTIC

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7M4-24-T-068A

Basic Details

started - 09 Apr, 2024 (22 days ago)

Start Date

09 Apr, 2024 (22 days ago)
due - 19 Apr, 2024 (12 days ago)

Due Date

19 Apr, 2024 (12 days ago)
Bid Notification

Type

Bid Notification
SPE7M4-24-T-068A

Identifier

SPE7M4-24-T-068A
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 SPE7M4-24-T-068A SECTION A 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:005644778/5360 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 0RCD8 SPE5E221P0379P00003 1191.000 1.42000 20210114 N 0RCD8 SPE5E220P1108 725.000 1.49000 20200421 N 0RCD8 SPE5E218P1415P00001 545.000 1.95000 20180920 N 0RCD8 SPM7LX11D01680152 30.000 4.01000 20160629 N 0RCD8 SPM7LX11D01680150 203.000 3.75000 20160608 N 0RCD8 SPM7LX11D01680149 292.000 3.75000 20160607 N 0RCD8 SPM7LX11D01680119 27.000 3.97000 20150224 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 26 PAGES SPE7M4-24-T-068A SECTION A Procurement History for NSN/FSC:005644778/5360 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 0RCD8 SPM7LX11D01680118 27.000 3.97000 20150223 N 0RCD8 SPM7LX11D01680117 27.000 3.97000 20150219 N 0RCD8 SPM7LX11D01680116 27.000 3.97000 20150218 N 0RCD8 SPM7LX11D01680115 31.000 3.97000 20150217 N 0RCD8 SPM7LX11D01680114 34.000 3.97000 20150212 N 0RCD8 SPM7LX11D01680113 44.000 3.97000 20150211 N 0RCD8 SPM7LX11D01680110 27.000 3.97000 20150107 N 0RCD8 SPM7LX11D01680107 33.000 3.97000 20141216 N 0RCD8 SPM7LX11D01680106 86.000 3.81000 20141215 N 0RCD8 SPM7LX11D01680105 86.000 3.81000 20141212 N 0RCD8 SPM7LX11D01680104 86.000 3.81000 20141211 N 0RCD8 SPM7LX11D01680101 328.000 3.71000 20141204 N 0RCD8 SPM7LX11D01680088 217.000 3.67000 20140910 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 SPE7M4-24-T-068A SECTION B PR: 7006635502 NSN/MATERIAL:5360005644778 ITEM DESCRIPTION SPRING,HELICAL,TORS SPRING,HELICAL,TORSION 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. 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 RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES A BOEING RIGHTS GUARD LICENSE AGREEMENT 01 RESTRICTED TECHNICAL DATA PACKAGE EXISTS FOR THIS ITEM. DATA NON-DISCLOSURE AND DATA DESTRUCTION CONDITIONS APPLY. VENDORS MUST COMPLETE AND RETURN THE FORMS LOCATED IN THE "01 BOEING RIGHTS GUARD" LICENSE AGREEMENT FOLDER AVAILABLE AT https://pcf1x.bsm.dla.mil/cFolders THIS ITEM IS IDENTIFIED AS A COMMERCIAL ITEM - (TO INCLUDE 'COMMERCIAL OF A TYPE') FATG CAGE 81205 PN 30-1415-1 FATG FY2303 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 26 PAGES SPE7M4-24-T-068A SECTION B GOVERNMENT FAT REQUIRED FAT EXHIBIT AND CERTIFICATIONS SHALL BE SENT TO: MARK FOR: FIRST ARTICLES DODAAC: FY2303 DDOO SOP 1ST ARTICLE ATTN:First Article Monitor BLDG 18 DOOR 16 8000 PERIMETER DR TINKER AFB, OK 73145-8000 ATTN: DDOO-SOP DO NOT POST, NON ACCOUNTABLE DO NOT PUT INTO SUPPLY (405) 739-7667 THE DRAWING(S) LISTED BELOW ARE AVAILABLE AT DLA DURING "OPEN SOLICITATION ONLY". TO RECEIVE A COPY OF THE DRAWING(S)(>,)> FOR EBS SOLICITATIONS USE URL HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFQ/ 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. UNLESS OTHERWISE NOTED FIRST ARTICLE TESTING IS REQUIRED The following Contract Data Requirements Lists (CDRLs), DD Form 1423s, apply to this procurement. Review the Technical Data Package (TDP) for additional information. RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN CRITICAL ITEM - SOURCE INSPECTION REQUIRED. IAW BASIC DRAWING NR 81205 30-1415 REVISION NR C DTD 06/20/1960 PART PIECE NUMBER: 30-1415-1 IAW REFERENCE DRAWING NR 81205 BAC5005 REVISION NR H DTD 01/10/2002 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81205 BAC5300 REVISION NR N DTD 12/05/2016 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81205 BAC5307 REVISION NR U DTD 11/27/2013 PART PIECE NUMBER: IAW REFERENCE QAP 14153 QAP-005644778 REVISION NR DTD 01/16/2014 PART PIECE NUMBER: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 26 PAGES SPE7M4-24-T-068A SECTION B PR: 7006635502 PRLI: 0001 CONT’D CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7006635502 0001 EA 656.000 NSN/MATERIAL:5360005644778 DELIVERY (IN DAYS):0343 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN 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 PARCEL POST ADDRESS: UY8614 INDUSTRIES OF THE BLIND INC 6920 WEST MARKET STREET GREENSBORO NC 27409 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: UY8614 INDUSTRIES OF THE BLIND INC 6920 WEST MARKET STREET GREENSBORO NC 27409 US Need Ship Date:09/30/2024 Original Required Delivery Date:10/18/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * GOVERNMENT FIRST ARTICLE TEST – THE NUMBER OF UNITS SHOWN SIGNIFIES THE TEST REQUIREMENT. SEE FAR CLAUSE 52.209-4 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 26 PAGES SPE7M4-24-T-068A SECTION B PR: PRLI: CONT’D NSN/MATERIAL:0001S00000052 DELIVERY (IN DAYS):0090 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. 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 SPE7M4-24-T-068A

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

CONTRACTOR FIRST ARTIC

Due: 06 May, 2024 (in 3 days)Agency: Department of Defense

CONTRACTOR FIRST ARTIC

Due: 03 May, 2024 (Tomorrow)Agency: Department of Defense

CONTRACTOR FIRST ARTIC

Due: 06 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.