ELEVATOR, AIRCRAFT

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A7-24-T-1246

Basic Details

started - 18 Oct, 2023 (6 months ago)

Start Date

18 Oct, 2023 (6 months ago)
due - 25 Oct, 2023 (6 months ago)

Due Date

25 Oct, 2023 (6 months ago)
Bid Notification

Type

Bid Notification
SPE4A7-24-T-1246

Identifier

SPE4A7-24-T-1246
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 SPE4A7-24-T-1246 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. FIRST ARTICLE TEST FOB: DESTINATION INSPECTION: ORIGIN ACCEPTANCE: DESTINATION Procurement History for NSN/FSC:009445507/1560 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 3H339 SPE4A714C0313P00002 39.000 6982.70000 20140227 N 3H339 SPM4A711C0449P00004 53.000 6982.70000 20110414 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 26 PAGES SPE4A7-24-T-1246 SECTION A Procurement History for NSN/FSC:009445507/1560 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 3H339 SPM4A708M0892P00004 8.000 5643.00000 20071018 N 3H339 SPM4A707M9514P00001 13.000 5643.00000 20070720 N 3H339 SPM46002D0141000102 15.000 4049.35000 20060705 N 3H339 SPM46002D0141000205 23.000 4049.35000 20060705 N 3H339 SP046002D01410002 85.000 2097.29000 20030121 N 3H339 SP046002D01410001 22.000 2036.20000 20011114 N 3H339 SP046001M3932 21.000 1768.00000 20010228 N 3H339 SP046000MPF43 11.000 1768.00000 20000707 N 3H339 SP046000M3269 19.000 1720.00000 19991118 N 3H339 SP046099MUC89 26.000 1720.22000 19990726 N 3H339 SP041197ME271 1.000 3200.00000 19961028 N 3H339 SP041196MYG39 3.000 2800.00000 19960925 N 3H339 F0960395C0168 27.000 945.54000 19950127 N 3H339 F0960394M2065 19.000 983.94000 19940526 N 3H339 F0960393M0835 14.000 950.00000 19930112 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 SPE4A7-24-T-1246 SECTION B PR: 7004786510 NSN/MATERIAL:1560009445507 ITEM DESCRIPTION ELEVATOR,AIRCRAFT ELEVATOR, AIRCRAFT RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR) 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. RD002, COVERED DEFENSE INFORMATION APPLIES Item Unique Identification is not required by request of the Service customer. DFARS 252.211-7003(c)(1)(i) applies. 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. RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 26 PAGES SPE4A7-24-T-1246 SECTION B RT001: MEASURING AND TEST EQUIPMENT MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY 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. CERTIFICATE OF CONFORMANCE PROCEDURES (FAR 52.246-15) ARE AUTHORIZED, UNLESS WITHELD BY A QUALITY ASSURANCE LETTER OF INSTRUCTION. 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. RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for Manufacturers and Non-Manufacturers RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for Manufacturers and Non-Manufacturers FAT TESTING LOCATION DODAAC CODE-N65923 IN SERVICE SUPPORT CENTER CHERRY POINT FIRST ARTICLE TEST-STA. 31B ATTN: First Article/Production Lot Test Coordinator BLDG 154B CLEVELAND DR. MCAS CHERRY POINT, NC 28533 Phone (252) 464-7748 PRODUCTION LOT TESTING REQUIRED -- GOVERNMENT TESTING. PRODUCTION LOT TESTING REQUIREMENTS: A. THE COGNIZANT CAO/QAR SHALL SELECT THE NUMBER OF ITEMS DESIGNATED BELOW AT RANDOM FROM THE FIRST PRODUCTION LOT PRODUCED. IN ADDITION THE QAR SHALL SELECT THE NUMBER OF ITEMS DESIGNATED BELOW AT RANDOM FROM EACH SUCCESSIVE LOT OR CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 26 PAGES SPE4A7-24-T-1246 SECTION B PORTION THERE OF. B. PRODUCTION LOT TESTING TO BE COMPLETED DURING PRODUCTION AFTER FIRST ARTICLE APPROVAL. C. SAMPLES ARE TO HAVE ALL SURFACES TREATED PER APPLICABLE DRAWING. THE TESTS TO BE PERFORMED UNDER THE PRODUCTION LOT SAMPLE TESTING REQUIREMENT ARE: A. COMPLIANCE WITH DRAWING, AND ASSOCIATED DRAWINGS, LATEST REVISIONS, SPECIFICATIONS REFERENCED THEREIN AND CONTRACT REQUIREMENTS. B. DIMENSIONAL CHECK 100 PERCENT C. FORM / FIT D. REVIEW OF DOCUMENTATION AS PROVIDED CDRL, DD FORM 1423. SHIP SAMPLES/DATA TO THE ADDRESS DESIGNATED BELOW. MARKING OF TEST SAMPLES SHIPPING CONTAINER: (IN LARGE LETTERING WITH A RED PERMANENT MARKER) PRODUCTION LOT SAMPLES NOT RFI MATERIAL DO NOT TAKE UP STOCK CONTRACT NUMBER: WITHIN 15 DAYS OF THE COMPLETION OF THE PRODUCTION LOT TESTING THE TESTING FACILITY SHALL PREPARE AND SUBMIT 2 COPIES OF THE TEST REPORT WITH CONCLUSIONS AND RECOMMENDATIONS TO THE P.C.O.. FOURTEEN DAYS PRIOR TO SHIPMENT OF THE PRODUCTION LOT SAMPLES, THE CONTRACTOR SHALL NOTIFY THE TESTING FACILITY, IN WRITING, OF THE ANTICIPATED SHIPPING DATE, WITH AN INFORMATION COPY TO THE P.C.O.. THE CONTRACTOR SHALL ALSO ARRANGE FOR PRELIMINARY INSPECTION OF THE TEST SAMPLES BY THE CAO/QAR. UPON SHIPMENT OF THE PRODUCTION LOT SAMPLES TWO COPIES OF THE MATERIAL INSPECTION AND RECEIVING REPORT (DD FORM 250), BEARING THE QARS SIGNATURE AND INDICATION OF PRELIMINARY INSPECTION, SHALL BE FORWARDED TO THE PCO AND THE DESIGNATED TEST FACILITY. THE ENVELOPE SHALL BE CLEARLY MARKED: DO NOT OPEN IN MAILROOM. SAMPLES MAY BE CONSIDERED AS PRODUCTION ITEMS UNDER THE CONTRACT PROVIDED THE SAMPLES CAN BE REFURBISHED TO READY FOR ISSUE (RFI) CONDITION AND PROVIDED THE SAMPLES HAVE INSPECTION APPROVAL OF THE COGNIZANT CAO/QAR. SAMPLES MAY BE SHIPPED AS PRODUCTION ITEMS ONLY AFTER ALL OTHER UNITS REQUIRED UNDER THE CONTRACT HAVE BEEN PRODUCED AND ARE READY FOR SHIPMENT. SAMPLES WILL BE RETURNED TO THE CONTRACTOR. PLT EXHIBIT SHALL BE SENT TO: DODAAC CODE-N65923 IN SERVICE SUPPORT CENTER CHERRY POINT FIRST ARTICLE TEST-STA. 31B ATTN: First Article/Production Lot Test Coordinator . Phone (252) 464-7748 BLDG 154B CLEVELAND DR. MCAS CHERRY POINT, NC 28533 I. Production Lot Test sample size Requirements A. The cognizant CAO/QAR shall select the applicable number of items at random from the production lot per the ANSI/ASQC Z1.4 Sampling Procedures and Tables for Inspection by Attributes. In addition the QAR shall select the applicable number of items at random from each successive lot or portion thereof per the ANSI/ASQC Z1.4 Sampling Procedures and Tables for Inspection by Attributes. B. Sample(s) submitted shall be in Ready-for-Issue Condition. Corrosive areas of sample(s) submitted to be coated with a light preservative. THIS IS A NAVY IDENTIFIED CRITICAL SAFETY ITEM (CSI). ALL REQUESTS FOR WAIVERS OR DEVIATIONS MUST BE FORWARDED TO THE DSC CONTRACTING OFFICER FOR REVIEW AND APPROVAL. . ALL ITEMS OF SUPPLY SHALL BE MARKED IAW MIL-STD-129. IN ADDITION, EACH UNIT PACK WILL BE MARKED WITH LOT AND SERIAL NUMBER (IF AVAILABLE), CONTRACTOR'S CAGE CODE, ACTUAL MANUFACTURER'S CAGE CODE AND PART NUMBER. CRITICAL APPLICATION ITEM BELL TEXTRON INC 97499 P/N 205-030-856-159 BELL TEXTRON INC 97499 P/N 205-030-856-159S RADIUS AEROSPACE, INC. 3H339 P/N 205-030-856-93 CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7004786510 0001 EA 10.000 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 26 PAGES SPE4A7-24-T-1246 SECTION B PR: 7004786510 PRLI: 0001 CONT’D NSN/MATERIAL:1560009445507 DELIVERY (IN DAYS):0307 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:41 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:GB CUSH/DUNN MAT:JC CUSH/DUNN THKNESS:D UNIT CONT:ED OPI:M INTRMDTE CONT:ED 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 PARCEL POST ADDRESS: SW3113 DLA DISTRIBUTION CHERRY POINT PHANTOM RD BLDG 147 BAY A CHERRY POINT NC 28533-5040 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3113 DLA DISTRIBUTION CHERRY POINT PHANTOM RD BLDG 147 BAY A CHERRY POINT NC 28533-5040 US Need Ship Date:03/31/2024 Original Required Delivery Date:01/12/2026 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 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 NSN/MATERIAL:0001S00000053 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 26 PAGES SPE4A7-24-T-1246 SECTION B PR: PRLI: CONT’D DELIVERY (IN DAYS):0030 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 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

J040--Elevator Maintenance and Repair Services - Rocky Mountain Regional

Due: 15 May, 2024 (in 10 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF