SHROUD ASSEMBLY, SEA

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A7-24-T-278N

Basic Details

started - 24 Apr, 2024 (9 days ago)

Start Date

24 Apr, 2024 (9 days ago)
due - 01 May, 2024 (2 days ago)

Due Date

01 May, 2024 (2 days ago)
Bid Notification

Type

Bid Notification
SPE4A7-24-T-278N

Identifier

SPE4A7-24-T-278N
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 28 PAGES SPE4A7-24-T-278N SECTION A does not prevent you from submitting an actual quote on DIBBS at a later date. It will overlay your previous no quote. This informs buyers of your intention to quote and prevents multiple calls for updates and cancelling of requirements assumed to be non-procurable due to no quotes/sources. The submission of an anticipated quote date does not preclude DLA from making an award to another acceptable timely offer. APEX Accelerators, formally known as the Procurement Technical Assistance Program (PTAP), is designed to increase the number of U.S. businesses capable of bidding and performing on local, state, and federal government contracts. APEX Accelerators provide critical assistance to new and existing businesses interested government contracting to enhance the defense industrial base at no cost. Visit
href="https://www.apexaccelerators.us/#/" target="_blank">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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 28 PAGES SPE4A7-24-T-278N SECTION A 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:008427074/2840 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 99207 SPRTA112G0006Z15V01 23.000 489.19000 20150610 N 99207 SPRTA112G0006Z15B01 9.000 497.19000 20150520 N 97126 SPE4A714MD341P00001 16.000 516.00000 20140924 N 97126 SPM4A711MJ245P00001 11.000 340.00000 20110328 N 97126 SP048001D53900101 104.000 105.00000 20031017 N 97126 SP048001D53900100 120.000 105.00000 20030724 N 97126 SP048001D53900003 131.000 105.00000 20030115 N 97126 SP048001D53900002 79.000 105.00000 20021025 N 97126 SP048001D53900001 124.000 105.00000 20011025 N 97126 SP048000MA816 231.000 105.00000 20000522 N 97126 SP048000MA586 74.000 105.00000 20000317 N 97126 SP048000MA224 80.000 105.00000 19991130 N 97126 SP048099MU627 120.000 105.00000 19990419 N 97126 N0038392CH089 797.000 69.15000 19920107 N 55345 N0038390C5152 1250.000 65.31000 19900222 N 99207 F3460183G0270GB1Q 234.000 128.07000 19830511 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 28 PAGES SPE4A7-24-T-278N SECTION A 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 8 OF 28 PAGES SPE4A7-24-T-278N SECTION B PR: 7006978094 NSN/MATERIAL:2840008427074 ITEM DESCRIPTION SHROUD ASSEMBLY,SEA SHROUD ASSEMBLY 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) RD002, COVERED DEFENSE INFORMATION APPLIES RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) 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 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 28 PAGES SPE4A7-24-T-278N SECTION B RQ042: Non-Tailored Higher-Level Quality Requirements (ISO 9001:2015) for Manufacturers and Non-Manufacturers RT001: MEASURING AND TEST EQUIPMENT 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. - GENERAL ELECTRIC CO --- DSCR DOES NOT CURRENTLY HAVE AN APPROVED TECHNICAL DATA PACKAGE AVAILABLE FOR THIS NSN. DATA IS PROPRIETARY OR INSUFFICIENT FOR COMPETITIVE PROCUREMENT. --- "" GOVERNMENT FAT AT CONTRACTORS FACILITY IMPOSED "" 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. --- --- --- --- CRITICAL APPLICATION ITEM GENERAL ELECTRIC COMPANY DBA GE 03350 P/N 4004T14P04 DANVILLE METAL STAMPING CO INC 97126 P/N 4004T14P04 GENERAL ELECTRIC COMPANY 99207 P/N 4004T14P04 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 28 PAGES SPE4A7-24-T-278N SECTION B IAW REFERENCE DRAWING NR 99207 P8-TE2 REVISION NR S3 DTD 03/08/1968 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 07482 M50T1 REVISION NR S1 DTD 11/13/2003 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 99207 S-1000 REVISION NR B DTD 01/10/1994 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 99207 P1-TE2 REVISION NR S2 DTD 05/09/1967 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 99207 P1-TE4 REVISION NR S1 DTD 04/15/1963 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 99207 4004T14 REVISION NR F DTD 01/29/1981 PART PIECE NUMBER: 4004T14P04 IAW REFERENCE DRAWING NR 99207 P3-TE2 REVISION NR S6 DTD 12/05/1967 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 99207 P23-TE1 REVISION NR S8 DTD 05/28/2010 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 99207 P3-TE2 REVISION NR S6 DTD 12/22/1981 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 99207 P1-TE4 REVISION NR S1 DTD 12/17/1965 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 99207 P3-TE10 REVISION NR S8 DTD 12/13/1974 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 99207 4004T14 REVISION NR A DTD 01/19/1966 PART PIECE NUMBER: IAW REFERENCE QAP 13873 SQAP-008427074-14077 REVISION NR DTD 03/18/2014 PART PIECE NUMBER: IAW REFERENCE QAP 13873 CDRL-008427074-14072 REVISION NR DTD 03/13/2014 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7006978094 0001 EA 15.000 NSN/MATERIAL:2840008427074 DELIVERY (IN DAYS):0549 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 28 PAGES SPE4A7-24-T-278N SECTION B PR: 7006978094 PRLI: 0001 CONT’D 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:00 CUSH/DUNN MAT:NA CUSH/DUNN THKNESS:C UNIT CONT:E5 OPI:M INTRMDTE CONT:E5 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: N01DLA FLEET READINESS CENTER DLA PSC 8021 CHERRY POINT NC 28533-0021 US FREIGHT SHIPPING ADDRESS: N01DLA FLEET READINESS CENTER DLA BEACHEY ROAD, BUILDING 148, BAY C CHERRY POINT NC 28533-5040 US Need Ship Date:00/00/0000 Original Required Delivery Date:03/26/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 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 DELIVERY (IN DAYS):0120 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

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

PLATE, RETAINING, SEA

Due: 13 May, 2024 (in 8 days)Agency: Department of Defense

20--SEAT,MECHANICAL SEA

Due: 13 May, 2024 (in 8 days)Agency: DEPT OF DEFENSE

20--SEAT,MECHANICAL SEA

Due: 07 May, 2024 (in 2 days)Agency: DEPT OF DEFENSE