CABLE ASSEMBLY, POWER, E

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A6-24-T-31J6

Basic Details

started - 22 Mar, 2024 (1 month ago)

Start Date

22 Mar, 2024 (1 month ago)
due - 29 Mar, 2024 (29 days ago)

Due Date

29 Mar, 2024 (29 days ago)
Bid Notification

Type

Bid Notification
SPE4A6-24-T-31J6

Identifier

SPE4A6-24-T-31J6
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 27 PAGES SPE4A6-24-T-31J6 SECTION A contracting to enhance the defense industrial base at no cost. Visit https://www.apexaccelerators.us/#/ for more information. 6, 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 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 27 PAGES SPE4A6-24-T-31J6 SECTION A 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. Expedited delivery is encouraged for this item. In the instance that an automated evaluation is not used for this solicitation, Contracting Officers may consider an evaluation preference for quotes/offers of fewer delivery days than the number of delivery days requested by the Government. Therefore, suppliers are encouraged to submit their best possible delivery schedule. Procurement History for NSN/FSC:013907058/6150 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 3B8L1 SPE4A624F7581P00001 87.000 175.50000 20240207 N 3B8L1 SPE4A624F6769P00001 60.000 171.20000 20240112 N 3B8L1 SPE4A624F3831P00001 93.000 171.20000 20231129 N 3B8L1 SPE4A624F1033P00001 93.000 171.20000 20231017 N 3B8L1 SPE4A623F7364P00002 93.000 171.20000 20230216 N 89QS8 SPE4A622PE920P00004 317.000 154.00000 20220310 N 7BUL6 SPE4A622P5909P00002 336.000 156.00000 20211201 N 7BUL6 SPE4A621P7779P00006 148.000 231.00000 20201228 N 7BUL6 SPE4A621P7767P00006 189.000 261.00000 20201228 N 5N063 SPE4A721P0780P00001 6.000 166.44000 20201022 N 3F7B1 SPE4A618PJ739P00002 123.000 173.50000 20180622 N 3B8L1 SPE4A618PA242P00003 100.000 180.20000 20180221 N 3B8L1 SPE4A616MB985P00001 86.000 175.00000 20160420 N 1KJF2 SPE4A616M0731 49.000 173.90000 20151008 N 3F7B1 SPE4A614V0370P00003 59.000 175.00000 20131003 N 6HFS1 SPE4A613MN352P00001 79.000 175.50000 20130816 N 61090 SPE4A613MM146P00001 48.000 182.97000 20130716 N 90142 SPE4A613F0018 38.000 152.00000 20121219 N 56Z87 SPE4A612M3341P00003 62.000 285.16000 20120712 N NOT FO W31P4Q05F0147 42.000 261.57000 20050809 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 27 PAGES SPE4A6-24-T-31J6 SECTION A 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 27 PAGES SPE4A6-24-T-31J6 SECTION B PR: 7006912813 NSN/MATERIAL:6150013907058 ITEM DESCRIPTION CABLE ASSEMBLY,POWER,ELECTRICAL CABLE ASSEMBLY, POWER, ELECTRICAL 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. RD002, COVERED DEFENSE INFORMATION APPLIES RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) 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. RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 27 PAGES SPE4A6-24-T-31J6 SECTION B RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES 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. RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for Manufacturers and Non-Manufacturers ---- Production Lot Testing (PLT) Required-Government Testing Production Lot Quantity: 5 Contracts awarded with lot size over 5 shall have a standard PLT sample size of 5. Exception: The Production Lot Quantity will be 100 percent of contract deliverables for lot size of 5 or less. Name and address of testing facility: DODAAC: W31P0W SHIP TO: Transportation Officer, Building 8022 FORWARD TO: Charles Eakes, Redstone Test Center, Bldg 4500 Redstone Arsenal, AL 35898 Number of calendar days for the testing facility to conduct the testing is 60 days. Number of calendar days for internal (supply chain) review of the testing facility results and recommendation for approval or disapproval to the contractor is 30 days. Approved PLT samples shall be sent back to the vendor to be included in the roduction quantity of the contract. IAW BASIC DRAWING NR 19207 11682336 REVISION NR D DTD 11/20/1998 PART PIECE NUMBER: 11682336-3 IAW REFERENCE QAP 19207 11682337 REVISION NR A DTD 09/08/1986 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 11682338 REVISION NR G DTD 01/01/1999 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 11682350 REVISION NR F DTD 12/07/1998 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12314225 REVISION NR A DTD 01/01/1999 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12314228 REVISION NR A DTD 01/01/1999 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12314226 REVISION NR DTD 07/09/2082 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 11682337 REVISION NR E DTD 12/04/1998 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12269868 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 27 PAGES SPE4A6-24-T-31J6 SECTION B REVISION NR B DTD 09/30/1997 PART PIECE NUMBER: IAW REFERENCE QAP 19207 11682336 REVISION NR A DTD 09/08/1986 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 11682345 REVISION NR G DTD 05/25/2010 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 7056700 REVISION NR AA DTD 03/07/2019 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 11682336-3 REVISION NR DTD 04/01/2020 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 11682350 REVISION NR DTD 01/13/2023 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12314227 REVISION NR A DTD 01/01/1999 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7006912813 0001 EA 460.000 NSN/MATERIAL:6150013907058 DELIVERY (IN DAYS):0521 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:ZZ CLNG/DRY:Z PRESV MAT:ZZ WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:Z UNIT CONT:ZZ OPI:A INTRMDTE CONT:ZZ INTRMDTE CONT QTY:ZZZ PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:ZZ -ZZ Special Requirements PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT PACKAGING SHALL BE IAW DWG 11682336-3 AND SPI# P13907058 REV A DTD 04/06/2020. PARCEL POST ADDRESS: W62G2T CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 27 PAGES SPE4A6-24-T-31J6 SECTION B PR: 7006912813 PRLI: 0001 CONT’D W1A8 DLA DIST SAN JOAQUIN 25600 S CHRISMAN ROAD REC WHSE 57 TRACY CA 95304-5000 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: W62G2T W1A8 DLA DIST SAN JOAQUIN 25600 S CHRISMAN ROAD REC WHSE 57 TRACY CA 95304-5000 US Need Ship Date:00/00/0000 Original Required Delivery Date:03/20/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * PRODUCTION LOT TESTING - GOVERNMENT TESTING REQUIRED (REFER TO PROCUREMENT NOTE E04 FOR ADDITIONAL INFORMATION) CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0002 0000000000 EA 1.000 NSN/MATERIAL:S00000061 DELIVERY (IN DAYS):0431 THIS LINE ITEM SIGNIFIES THE PRODUCTION LOT TEST REQUIREMENT (PLT). 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

CABLE ASSEMBLY, RADI

Due: 29 Apr, 2024 (in 1 day)Agency: Department of Defense

Cable Assembly Power

Due: 17 Jun, 2024 (in 1 month)Agency: DEPT OF DEFENSE

61--CABLE,POWER,ELECTRI

Due: 08 May, 2024 (in 11 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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