FRAME ASSEMBLY

expired opportunity(Expired)
From: Federal Government(Federal)
SPE8E5-24-T-3552

Basic Details

started - 23 Apr, 2024 (11 days ago)

Start Date

23 Apr, 2024 (11 days ago)
due - 03 May, 2024 (1 day ago)

Due Date

03 May, 2024 (1 day ago)
Bid Notification

Type

Bid Notification
SPE8E5-24-T-3552

Identifier

SPE8E5-24-T-3552
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 SPE8E5-24-T-3552 SECTION A Procurement History for NSN/FSC:005656059/4240 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 0RVE1 SPE8E523P0702 422.000 142.90000 20230214 N 0RVE1 SPE8E623P0133P00001 393.000 146.00000 20221109 N 0X5M5 SPE8E521P1177P00003 573.000 137.50000 20210513 N 0RVE1 SPE8E520V3852 136.000 173.00000 20200917 N 0RVE1 SPE8E520V3349 119.000 178.81000 20200818 N 0RVE1 SPE8E520V2134 144.000 173.61000 20200519 N 0RVE1 SPE8EH15M0557P00001 1000.000 96.18000 20150505 N 0RVE1 SPE8EH15M0499P00001 626.000 102.00000 20150422 N 0RVE1 SPE8EH15M0294P00001 1074.000 88.90000 20150122 N 0RVE1 SPE8EJ14M0064P00001 769.000 93.10000 20131218 N 6MPB5 SPM8EJ12M0260P00001 1099.000 89.00000 20120914 N 0RVE1 SPM8EJ12M0064P00002 306.000 109.90000 20120126 N 0RVE1 SPM8EH12V0039P00003 853.000 106.20000 20111007 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 26 PAGES SPE8E5-24-T-3552 SECTION B PR: 7007258660 NSN/MATERIAL:4240005656059 ITEM DESCRIPTION FRAME ASSEMBLY FRAME ASSEMBLY 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. RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RD002, COVERED DEFENSE INFORMATION APPLIES RQ003: CONFIGURATION CHANGE MANAGEMENT FOR EDGEWOOD FOR CHEMICAL, BIOLOGICAL CENTER MATERIALS - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 26 PAGES SPE8E5-24-T-3552 SECTION B USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. THE DRAWING(S) LISTED BELOW ARE AVAILABLE AT DLA DURING "OPEN SOLICITATION ONLY". TO RECEIVE A COPY OF THE DRAWING(S)(>,)> FOR EBS SOLICITATIONS USE URL HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFQ/ SPECIFICATIONS OR COMMERCIAL ITEM DESCRIPTIONS (CIDS) MAY BE OBTAINED FROM THE WEB SITE http://quicksearch.dla.mil/ 52.246-15 CERTIFICATE OF CONFORMANCE RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for Manufacturers and Non-Manufacturers RD002, COVERED DEFENSE INFORMATION APPLIES No shelf life markings are required This is an identified Combat Capabilities Development Command Chemical Biological Center (CCDC-CBC)(>,)> formerly known as Edgewood Chemical and Biological Center (ECBC), item. All Requests for Variance (waivers or deviations), both pre and post award(>,)> must be approved by the CCDC-CBC, Army ESA, SICA BG(>,)> prior to final approval. All packaged items of supply shall be marked IAW MIL-STD-129. ISO 9001:2008 (CHECK IF BLOCK 7 IS SELECTED) The following engineering clauses shall apply to this procurement: 52.211-2) CONFIGURATION MANAGEMENT DOCUMENTATION (52.248-4502) The contractor shall electronically transmit copies of all ECPs, NORs, RFDs and VECPs to: ECBC-RI RDECOM Engineering Office OFFICE: RDCB-DEM EMAIL: usarmy.RIA.ecbc.mbx.cmaction@mail.mil FAX: (309) 782-4537 START OF WORK MEETING (52.204-4003) The Contractor will make the following available for the Government's use: Meeting Minutes Meeting Minutes (DI-ADMIN-81505): USE OF CLASS I OZONE-DEPLETING SUBSTANCES (CIODS) (52.223-4002) The following Engineering Clauses apply only if selected: SECTION C - ENGINEERING EXCEPTIONS The following Engineering Exceptions shall apply to this procurement: For all drawings and Specifications, Distribution Statement C shall be enforced stated as follows, SPI's shall remain Distribution Statement A: DISTRIBUTION STATEMENT C. Distribution authorized to U.S. Government agencies and their contractors, Critical Technology, Date of De termination, 2013-03-19. Other requests for this document shall be CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 26 PAGES SPE8E5-24-T-3552 SECTION B INSPECTION OF SUPPLIES referred to Technical Director, Edgewood Chemical Biological Center, ATTN: RDCB-DEA-D, APG, MD 21010-5424. select either FAR 52.246-2 (with or without Alternates I or II or FAR 52.246-3 Replace: MIL-P-53022 with MIL-DTL-53022 MIL-P-53030 with MIL-DTL-53030 Higher Level Contract QA Requirement Quality Management System - ISO 9001:2008 Requirements either FAR 52.246-2 (with or without Alternates I or II or FAR 52.246-3 (Fixed Price)/EF 00003 (ALT I)/EF 00004 (ALT II)/EF 00005 (Cost REWORK AND REPAIR OF NONCONFORMING MATERIAL INSPECTION OF SUPPLIES SURVEILLANCE CRITICALITY DESIGNATOR (SCD CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 81361 5-19-1752 REVISION NR G DTD 10/10/2023 PART PIECE NUMBER: IAW REFERENCE QAP 81361 QAP5-19-1754 REVISION NR E DTD 10/24/2019 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81361 5-19-1040 REVISION NR J DTD 10/30/2019 PART PIECE NUMBER: IAW REFERENCE QAP 81361 QAP5-19-1040 REVISION NR C DTD 10/24/2019 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81361 5-19-1751 REVISION NR L DTD 10/30/2019 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81361 5-19-1753 REVISION NR N DTD 10/30/2019 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81361 P5-19-1754 REVISION NR F DTD 10/10/2023 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81361 5-19-1754 REVISION NR DTD 09/12/2023 PART PIECE NUMBER: IAW REFERENCE QAP 81361 SQAP5-19-1040 REVISION NR DTD 12/05/1969 PART PIECE NUMBER: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 26 PAGES SPE8E5-24-T-3552 SECTION B CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7007258660 0001 EA 259.000 NSN/MATERIAL:4240005656059 DELIVERY (IN DAYS):0304 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:10 CLNG/DRY:Z PRESV MAT:00 WRAP MAT:ZZ CUSH/DUNN MAT:00 CUSH/DUNN THKNESS:0 UNIT CONT:ZZ OPI:A INTRMDTE CONT:D3 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 ALL ZZ CODES REFER TO SPI P5-19-1754 PACKAGE MARKINGS IAW MIL-STD-129 -PLACE A RED X AND THE WORDS”SHORT BOX” ON THE FRONT OF ANY BOX THAT HAS A SHORT QUANTITY, THEN PLACE THAT BOX/BOXES WITH THE MARKINGS SHOWING ON THE TOP FRONT OF THE PALLET LOAD. PARCEL POST ADDRESS: SW3120 DLA DISTRIBUTION ANNISTON TRANS OFFICER 256-676-2894 7 FRANKFORD AVE BLDG 362 ANNISTON AL 36201-4199 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3120 DLA DISTRIBUTION ANNISTON TRANS OFFICER 256-676-2894 7 FRANKFORD AVE BLDG 362 ANNISTON AL 36201-4199 US CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 26 PAGES SPE8E5-24-T-3552 SECTION B PR: 7007258660 PRLI: 0001 CONT’D Need Ship Date:03/04/2025 Original Required Delivery Date:07/02/2025 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 26 PAGES CONTINUED ON NEXT PAGE SPE8E5-24-T-3552

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania