LEAD, ELECTRICAL

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A6-23-T-24G5

Basic Details

started - 27 Mar, 2023 (12 months ago)

Start Date

27 Mar, 2023 (12 months ago)
due - 03 Apr, 2023 (12 months ago)

Due Date

03 Apr, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
SPE4A6-23-T-24G5

Identifier

SPE4A6-23-T-24G5
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 SPE4A6-23-T-24G5 SECTION A 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. Procurement History for NSN/FSC:002300352/5995 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 1F926 SPE4A612M3544 10.000 9.25000 20120717 N 00642 SPE4A612M3470 17.000 10.77000 20120712 N 00642 SP040003VH885 98.000 6.81000 20030810 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 27 PAGES SPE4A6-23-T-24G5 SECTION A Procurement History for NSN/FSC:002300352/5995 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 00642 SP040003VB684 40.000 7.39000 20030426 N 0XPA4 SP045102WP604 86.000 7.50000 20020930 N NOT FO DLA40089P5396 2030.000 2.68000 19890123 N NOT FO DLA40088P4094 854.000 2.00000 19871212 N NOT FO DLA40087PJ322 1110.000 1.40000 19870627 N 57870 DLA40083WX067 130.000 1.93000 19830718 N 19204 DAAA0981M6468 1521.000 1.02000 19810427 N 19204 DAAA0979F7206 172.000 7.15000 19790608 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 27 PAGES SPE4A6-23-T-24G5 SECTION B PR: 7001814449 NSN/MATERIAL:5995002300352 ITEM DESCRIPTION LEAD,ELECTRICAL LEAD ELECTRICAL 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. RD002, COVERED DEFENSE INFORMATION APPLIES RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 27 PAGES SPE4A6-23-T-24G5 SECTION B 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. 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. 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. MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY IAW BASIC DRAWING NR 19204 11664933 REVISION NR B DTD 08/27/1990 PART PIECE NUMBER: 11664933 IAW REFERENCE DRAWING NR 19207 8722729 REVISION NR Y DTD 02/16/2016 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 8724495 REVISION NR DTD 10/19/1955 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 12579607 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 27 PAGES SPE4A6-23-T-24G5 SECTION B REVISION NR C DTD 08/04/2009 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 7070301 REVISION NR AF DTD 07/08/2010 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 7982736 REVISION NR R DTD 12/21/2017 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 8338566 REVISION NR N DTD 09/01/2011 PART PIECE NUMBER: IAW REFERENCE QAP 19204 8724495 REVISION NR A DTD 02/19/1971 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19204 11664933 REVISION NR B DTD 10/25/2022 PART PIECE NUMBER: IAW REFERENCE QAP 19204 11664933 REVISION NR C DTD 08/27/1990 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 8724497 REVISION NR H DTD 09/27/2002 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 11664933 REVISION NR B DTD 08/27/1990 PART PIECE NUMBER: IAW REFERENCE QAP 19207 8722729 REVISION NR B DTD 04/18/1968 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 8724762 REVISION NR G DTD 02/16/2016 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 8724206 REVISION NR T DTD 04/04/2007 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 11664933 REVISION NR DTD 10/01/2022 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 8724206 REVISION NR T DTD 12/12/2017 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7001814449 0001 EA 10.000 NSN/MATERIAL:5995002300352 DELIVERY (IN DAYS):0230 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 27 PAGES SPE4A6-23-T-24G5 SECTION B PR: 7001814449 PRLI: 0001 CONT’D INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 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:M INTRMDTE CONT:ZZ INTRMDTE CONT QTY:ZZZ PACK CODE:Z PACKING LEVEL: B 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 11664933 SPI# AM11664933 REV B DTD 10/25/2022. FREIGHT FORWARDER: BMO003 V ALEXANDER AND COMPANY INC 22815 GLENN DRIVE SUITE 101 STERLING VA 20164-4497 US FREIGHT SHIPPING ADDRESS: BMOA00 ADMIN DE LA DEFENSE NATIONALE COL AHMED DAHMANI 212661344442 DIVISION DE RECEPTION ET DE TRANSIT CASABLANCA MA MARKFOR BMOA00 ADMIN DE LA DEFENSE NATIONALE COL AHMED DAHMANI 212661344442 DIVISION DE RECEPTION ET DE TRANSIT CASABLANCA MA M/F: (TCN) BMOA5322650091 RDD: PROJ: TP 2 SUPP ADD: BA3BBW SIG: L FOR GOVERNMENT USE ONLY: (IPD) 06 DIC: A01 DIST: B01 ADV: 2L FC: YY Need Ship Date:00/00/0000 Original Required Delivery Date:09/28/2022 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTRACTOR FIRST ARTICLE TEST - THE NUMBER OF UNITS SHOWN SIGNIFIES THE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 27 PAGES SPE4A6-23-T-24G5 SECTION B PR: PRLI: CONT’D 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 DELIVERY (IN DAYS):0180 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

Provision of Services to Procure Electrical Components for Ioos Test Benches.

Due: 08 Apr, 2024 (in 10 days)Agency: Transnet SOC Ltd

LEAD, ELECTRICAL

Due: 29 Mar, 2024 (Tomorrow)Agency: Department of Defense

LEAD, ELECTRICAL

Due: 29 Mar, 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.