SWITCH SUBASSEMBLY

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7M2-24-T-4622

Basic Details

started - 09 Apr, 2024 (21 days ago)

Start Date

09 Apr, 2024 (21 days ago)
due - 19 Apr, 2024 (11 days ago)

Due Date

19 Apr, 2024 (11 days ago)
Bid Notification

Type

Bid Notification
SPE7M2-24-T-4622

Identifier

SPE7M2-24-T-4622
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 24 PAGES SPE7M2-24-T-4622 SECTION A Procurement History for NSN/FSC:004515265/5930 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 0W778 SPM7MC12M3935 14.000 229.00000 20120404 N 0GKF8 SPM7MC11M1492 19.000 295.39000 20101215 N 9L863 SPM7A608M1653 40.000 128.88000 20080701 N 2B195 SP093096M3667 62.000 158.28000 19960214 N 96182 SP093094M8549 45.000 152.18000 19941015 N 6M266 SP093094M5523 70.000 144.93000 19940615 N 6M266 SP093094M0537 22.000 153.61000 19931111 N 96182 N6833585C0551 515.000 91.91000 19850327 N 96182 N6833584M0141 282.000 87.15000 19831129 N 96182 N6833581C0178 434.000 60.38000 19810303 N 96182 N6833580M8233 88.000 54.18000 19800828 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 6 OF 24 PAGES SPE7M2-24-T-4622 SECTION B PR: 7007004372 NSN/MATERIAL:5930004515265 ITEM DESCRIPTION SWITCH SUBASSEMBLY SWITCH SUBASSEMBLY 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. RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR) RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) 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 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 MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO(>,)> OR COME IN DIRECT CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 24 PAGES SPE7M2-24-T-4622 SECTION B CONTACT WITH(>,)> ANY HARDWARE OR SUPPLIES FURNISHED UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). THIS MATERIAL MUST MEET NAVAIR AIRCRAFT LAUNCH & RECOVERY EQUIPMENT TRACEABILITY REQUIREMENTS. BARE ITEM MARKINGS SHALL BE IAW THE TECHNICAL DATA DRAWINGS PROVIDED. BARE ITEM MATERIAL SHALL BE MARKED WITH CONTRACT NUMBER, NAWC CAGE, AND PART NUMBER UNLESS OTHERWISE SPECIFICIED ON ASSOCIATED DRAWING. IF A CONFLICT EXISTS WITH MARKING REQUIREMENTS OF THIS 82N ALRE/SE ITEM, THE ASSOCIATED DRAWING REQUIREMENTS SHALL APPLY. CRITICAL APPLICATION ITEM SAFRAN ELECTRONICS & DEFENSE AVIONICS 96182 P/N 351-36229-001 IAW REFERENCE DRAWING NR 80020 419343 REVISION NR F DTD PART PIECE NUMBER: 419343-1 CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7007004372 0001 EA 89.000 NSN/MATERIAL:5930004515265 DELIVERY (IN DAYS):0124 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:42 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:GB CUSH/DUNN MAT:00 CUSH/DUNN THKNESS:0 UNIT CONT:D3 OPI:O INTRMDTE CONT:DO INTRMDTE CONT QTY:AAA PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:00 -00 No special marking PARCEL POST ADDRESS: SW3218 DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO CA 92136-3581 US CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 24 PAGES SPE7M2-24-T-4622 SECTION B PR: 7007004372 PRLI: 0001 CONT’D FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3218 DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO CA 92136-3581 US Need Ship Date:08/22/2024 Original Required Delivery Date:10/25/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 9 OF 24 PAGES CONTINUED ON NEXT PAGE SPE7M2-24-T-4622

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

59--SWITCH,INTERLOCK

Due: 14 May, 2024 (in 13 days)Agency: DEPT OF DEFENSE

59--SWITCH,PRESSURE,AIR

Due: 13 May, 2024 (in 12 days)Agency: DEPT OF DEFENSE

SWITCH SUBASSEMBLY

Due: 06 May, 2024 (in 5 days)Agency: Department of Defense

Please Sign In to see more like these.

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