CONTRACTOR FIRST ARTIC

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A6-24-T-35L6

Basic Details

started - 28 Mar, 2024 (1 month ago)

Start Date

28 Mar, 2024 (1 month ago)
due - 04 Apr, 2024 (24 days ago)

Due Date

04 Apr, 2024 (24 days ago)
Bid Notification

Type

Bid Notification
SPE4A6-24-T-35L6

Identifier

SPE4A6-24-T-35L6
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 SPE4A6-24-T-35L6 SECTION A 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 – 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 26 PAGES SPE4A6-24-T-35L6 SECTION A Procurement History for NSN/FSC:013844020/3120 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 1DPK8 SPE4A618PF461P00001 51.000 48.10000 20180502 N 3WGD1 SPE4A618P3700P00001 1919.000 9.87500 20171128 N 3WGD1 SPE4A617P8727P00003 326.000 12.16000 20170227 N 7Z016 SPE4A617P6910 92.000 21.69000 20170202 N 7Z016 SPE4A616ML671P00002 210.000 20.06000 20160926 N 3WGD1 SPE4A616MK886P00003 685.000 8.89000 20160909 N 7Z016 SPE4A716MC673 147.000 20.62000 20160906 N 1DPK8 SPE4A616M3249P00001 637.000 7.80000 20151125 N 3L665 SPE4A413VG957 106.000 5.20000 20130808 N 31610 SPE4A413VB799 739.000 5.58000 20130516 N 5X892 SPE4A613V9032P00001 489.000 3.21000 20130318 N 5GB77 SPE4A413V0573P00001 221.000 6.49000 20121025 N 4VLJ8 SPM4A510MC073 717.000 4.50000 20100722 N 05DT8 SPM4M108V1236 652.000 4.95000 20080130 N 4FUZ8 SPM4M107M0863P00002 115.000 8.36000 20061108 N 70265 SP044106MX833 463.000 6.57000 20060810 N 31610 SP044102MS165 211.000 4.64000 20011102 N 3L665 SP044101ML912 176.000 5.40000 20010216 N 65910 SP044101ML082 138.000 6.48000 20001020 N 65910 SP050094D51010001 304.000 6.46000 19940930 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 SPE4A6-24-T-35L6 SECTION B PR: 7006987554 NSN/MATERIAL:3120013844020 ITEM DESCRIPTION BUSHING,SLEEVE BUSHING,SLEEVE Casting/forging may be required to manufacture this NSN and tooling is typically involved. The government may not have this special tooling. For sourcing, tooling, materials or other information, please submit a Casting and Forging Assistance Request at either https://www.dla.mil/Aviation/Offers/Engineering/Forging-and-Casting/ or Land & Maritime Supply Chains DSCC.cast.forge@dla.mil. RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT 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. RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES Contractor first article/preproduction approval testing required. Use DI-NDTI-80809B in preparation of the first article report. Current CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 26 PAGES SPE4A6-24-T-35L6 SECTION B 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. RT001: MEASURING AND TEST EQUIPMENT RQ042: Non-Tailored Higher-Level Quality Requirements (ISO 9001:2015) for Manufacturers and Non-Manufacturers P/N: 42341-106 IDENTIFY TO MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY Casting/forging may be required to manufacture this NSN and tooling is typically involved. The government may not have this special tooling. For sourcing, tooling, materials or other information, please submit a Casting and Forging Assistance Request at either https://www.dla.mil/Aviation/Offers/Engineering/Forging-and-Casting/ or Land & Maritime Supply Chains DSCC.cast.forge@dla.mil. CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 89771 42341 REVISION NR A DTD 04/16/1993 PART PIECE NUMBER: 42341-106 IAW REFERENCE QAP 13873 QAP-B02 REVISION NR B DTD 12/11/2013 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98752 200415485 REVISION NR E DTD 01/30/2020 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7006987554 0001 EA 226.000 NSN/MATERIAL:3120013844020 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 26 PAGES SPE4A6-24-T-35L6 SECTION B PR: 7006987554 PRLI: 0001 CONT’D DELIVERY (IN DAYS):0796 DELIVER FOB: ORIGIN 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:33 CLNG/DRY:1 PRESV MAT:ZZ WRAP MAT:EA CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:C UNIT CONT:ZZ OPI:M INTRMDTE CONT:E5 INTRMDTE CONT QTY:AAA 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 WRAP EACH SLEEVE IN NEUTRAL PAPER TO PREVENT CONTACT/DAMAGE. PARCEL POST ADDRESS: SW3210 DLA DISTRIBUTION DEPOT HILL 7537 WARDLEIGH RD HILL AFB UT 84056-5734 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3210 DLA DISTRIBUTION DEPOT HILL 7537 WARDLEIGH RD BLDG 849W CML 385 519 8898 HILL AFB UT 84056-5734 US Need Ship Date:01/26/2026 Original Required Delivery Date:03/20/2026 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 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. 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 SPE4A6-24-T-35L6 SECTION B PR: PRLI: CONT’D NSN/MATERIAL:0001S00000053 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 SPE4A6-24-T-35L6

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: 29 Apr, 2024 (Today)Agency: Department of Defense

CONTRACTOR FIRST ARTIC

Due: 30 Apr, 2024 (Tomorrow)Agency: Department of Defense

CONTRACTOR FIRST ARTIC

Due: 30 Apr, 2024 (Tomorrow)Agency: Department of Defense

Please Sign In to see more like these.

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