TURRET, COMBAT VEHIC

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7L3-24-T-213R

Basic Details

started - 12 Apr, 2024 (18 days ago)

Start Date

12 Apr, 2024 (18 days ago)
due - 22 Apr, 2024 (8 days ago)

Due Date

22 Apr, 2024 (8 days ago)
Bid Notification

Type

Bid Notification
SPE7L3-24-T-213R

Identifier

SPE7L3-24-T-213R
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 38 PAGES SPE7L3-24-T-213R SECTION A 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 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 38 PAGES SPE7L3-24-T-213R SECTION A Procurement History for NSN/FSC:016786658/2510 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 8K076 SPE7L123C0055P00001 152.000 9749.00000 20230908 N 0K1F3 SPE7L123C0053 355.000 10479.00000 20230908 N 0K1F3 SPE7L323P7298P00001 26.000 11795.00000 20230825 N 0K1F3 SPE7L323P7119P00002 59.000 11795.00000 20230817 N 0K1F3 SPE7L323P6717P00002 43.000 11795.00000 20230726 N 0K1F3 SPE7L123C0044P00002 36.000 11999.00000 20230626 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 7 OF 38 PAGES SPE7L3-24-T-213R SECTION B PR: 7007178618 NSN/MATERIAL:2510016786658 ITEM DESCRIPTION TURRET,COMBAT VEHIC TURRET,COMBAT VEHIC 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) RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ006: QUALITY CONFORMANCE INSPECTION REQUIREMENTS RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ016: COMPONENT QUALIFIED PRODUCTS LISTS (QPL)/QUALIFIED MANUFACTURERS LISTS (QML). THIS ITEM CONTAINS ONE OR MORE COMPONENTS DEFINED BY A SPECIFICATION(S) WITH AN ASSOCIATED QUALIFIED PRODUCTS LIST (QPL) OR QUALIFIED MANUFACTURERS LIST (QML). QUALIFICATION REQUIREMENTS IN PROCUREMENT NOTE H02 "COMPONENT QUALIFIED PRODUCTS LIST (QPL)/QUALIFIED MANUFACTURERS LIST (QML)" APPLY. A. Data required by this document will be included in the price of the procured item(s). B. The supplier shall prepare and furnish one (1) copy of the Certificate of Quality Compliance (COQC) for all delivered supplies. If the supplies delivered under this contract are from more than one manufacturing lot, a separate one (1) copy of the COQC shall be prepared and furnished for each manufacturing lot represented by, manufactured or produced under a product specification, original equipment manufacturer (OEM)/manufacturer's part number, commercial, industry or military standard, or drawings, or other technical data. Each Certificate shall be prepared in accordance with the Supplemental Quality Assurance Provision (SQAP). C. For contracts assigned for Government inspection at source, the supplier shall have the completed Certificate available for review by the Government representative when the material is presented for acceptance by the Government. The Government representative can sign off on the WAWF receiving report so long as the Contractor complied with the CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 38 PAGES SPE7L3-24-T-213R SECTION B COQC and the documentation is uploaded as an attachment to the Production CLIN in iRAPT. D. An electronic copy of each COQC, for Government records retention, shall be entered into the Invoicing, Receipt, Acceptance and Property Transfer (iRAPT) system by the supplier via the Attachment tab of the Receiving Report (RR). Instructions for entering Attachments can be found in the iRAPT - Web Based Training Main Menu under "Attachments which can be viewed at https://wawfraid.nit.disa.mil/wawfwbt/xhtml/unaut h/web/wbt/wawfra/Attachments.xhtml. If the supplier offering the material to the Government is not the manufacturer of the material, the supplier is responsible for obtaining a certified test report from the manufacturer, including it as part of this COQC, and for demonstrating that the specific material being offered under this Certificate is covered by the certified test report. The data submittal listed above is in addition to the other iRAPT requirements included in this contract. Whenever access to the iRAPT system is limited or not available, the supplier shall notify the PCO and request permission to submit documents manually until the iRAPT system is again available for use. Unless otherwise specified by the contract, the supplier shall be responsible for retaining the Certificate for a period of 4 years. When requested by the Contracting Officer, the supplier shall make the Certificate available for review by the Government at any time during the period the Certificate is required to be retained. E. No Certificate of Conformance (COC) or alternate release is authorized. End of Requirement 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. RT001: MEASURING AND TEST EQUIPMENT CERTIFICATE OF QUALITY CONFORMANCE FOR MATERIAL ON DWG 13064419 FOR MIL-DTL-46100. FULL AND OPEN COMPETITION APPLY CERTIFICATE OF CONFORMANCE PROCEDURES (FAR 52.246-15) ARE AUTHORIZED, UNLESS WITHELD BY A QUALITY ASSURANCE LETTER OF INSTRUCTION. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 38 PAGES SPE7L3-24-T-213R SECTION B 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. "THIS NSN CONTAINS ONE OR MORE COMPONENTS WHICH MUST CONFORM TO SOURCE CONTROL DRAWING. BY SUBMITTING AN OFFER, THE OFFEROR AGREES TO PROVIDE SOURCE CONTROLLED COMPONENTS FROM SOURCES APPROVED ON THE APPLICABLE SOURCE CONTROL DRAWING." A metal casting process was identified as a means to manufacture this item. Tooling is required to produce a casting. For sourcing, tooling, materials or other information, please contact the appropriate assistance team: (Aviation, C(>&)>E Supply Chains) https://www.dla.mil/Aviation/Offers/Engineering/Forging-and-Casting/; (Land & Maritime Supply Chains) DSCC.cast.forge@dla.mil. A forging process was identified as a means to manufacture this item. Tooling is required to produce a forging. For sourcing, tooling, materials or other information, please contact the appropriate assistance team: (Aviation, C(>&)>E Supply Chains) https://www.dla.mil/Aviation/Offers/Engineering/Forging-and-Casting/; (Land & Maritime Supply Chains) DSCC.cast.forge@dla.mil. This item contains a phosphate coating requirement IAW MIL-STD-171, MIL-DTL-16232, and TT-C-490 Types I, II, and V. In lieu of the required submittal of a preproduction phosphate procedure the following is now required: The contractor responsible for the actual coating procedure must be certified by the Performance Review Institute (PRI) to the NADCAP standard for the phosphate chemical processes. Verification of this certification is required and must be supplied upon request of the Contracting Officer. KIT QUALITY PROVISION . 1. THIS REQUIREMENT APPLIES TO MATERIAL SUPPLIED TO THE GOVERNMENT AS A KIT. 2. THE CONTRACTOR SHALL COMPLY WITH ALL APPLICABLE QUALIFIED PRODUCTS LIST (QPL) REQUIREMENTS FOR THE KIT COMPONENTS BEING SUPPLIED. 3. THE CONTRACTOR SHALL INCORPORATE A SYSTEM FOR OBTAINING, HANDLING AND SUPPLYING ORIGINAL EQUIPMENT MANUFACTURER (OEM) CERTIFIED PARTS INTO ALL CONTRACTUAL DOCUMENTS ENTERED INTO WITH ITS VENDORS. 4. THE CONTRACTOR SHALL IMPLEMENT AN INSPECTION SYSTEM, WHICH WILL INCLUDE INSPECTION OF ALL PARTS UPON RECEIPT TO ENSURE CONFORMANCE WITH REQUIREMENTS AND TO ENSURE THAT THEY ARE NOT DAMAGED. 5. THE CONTRACTOR SHALL MAINTAIN A SYSTEM OR PROCESS THAT WILL ENSURE TRACEABILITY OF ALL PARTS, THROUGH AN UNBROKEN SUPPLY CHAIN, TO THE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 38 PAGES SPE7L3-24-T-213R SECTION B MANUFACTURER. 6. THE CONTRACTOR'S INSPECTION SYSTEM AND PROCEDURE FOR ENSURING PARTS TRACEABILITY SHALL BE AVAILABLE FOR REVIEW BY THE GOVERNMENT AT THE REQUEST OF THE CONTRACTING OFFICER. 7. THE CONTRACTOR SHALL FURNISH ONLY THOSE PARTS THAT ARE KNOWN TO BE ACCEPTABLE TO THE GOVERNMENT, I.E. SOLE SOURCE PARTS, APPROVED SOURCE PARTS, ACCEPTABLE SOURCE PARTS, AS REFLECTED IN THE GOVERNMENT'S CONTRACT TECHNICAL DATA FILE (CTDF). 8. UNLESS OTHERWISE APPROVED IN ADVANCE BY THE CONTRACTING OFFICER, THE CONTRACTOR SHALL SUPPLY ONLY NEW AND UNUSED PARTS THAT ARE NOT GOVERNMENT SURPLUS PARTS. CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE 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. These are not listed on the TDPL, ESA has provided all DWGs until the TDPL have been updated. All the DWGs have been added to the DMS Include DWG # 13064430 - FASTENER KIT, ITDS GEAR RING DWG # 13064426 - GEAR RING WELDMENT, ITDS DWG # 13064429 - GEAR, RING, ITDS DWG # 13064427 - DWG # 13064428 - IAW BASIC DRAWING NR 19200 13064370 REVISION NR E DTD 10/14/2020 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12369003 REVISION NR J DTD 06/30/2018 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 12579607 REVISION NR C DTD 08/04/2009 PART PIECE NUMBER: IAW REFERENCE SPEC NR MS16624E REVISION NR E DTD 07/21/2022 PART PIECE NUMBER: IAW REFERENCE SPEC NR MS27128D NOT 2 REVISION NR D DTD 08/07/2019 PART PIECE NUMBER: IAW REFERENCE SPEC NR MS51831H REVISION NR H DTD 05/09/2022 PART PIECE NUMBER: IAW REFERENCE SPEC NR MS51835C REVISION NR C DTD 08/15/2020 PART PIECE NUMBER: IAW REFERENCE NON GOVT STD NASM16562 (R 2019) REVISION NR 2 DTD 09/19/2014 PART PIECE NUMBER: IAW REFERENCE NON GOVT STD NASM17985 REVISION NR 2 DTD 02/29/2016 PART PIECE NUMBER: IAW REFERENCE NON GOVT STD NASM21209 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 38 PAGES SPE7L3-24-T-213R SECTION B REVISION NR 4 DTD 04/30/2021 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12338839 REVISION NR J DTD 05/14/2020 PART PIECE NUMBER: IAW REFERENCE NON GOVT STD NASM33537 REVISION NR 3 DTD 01/31/2017 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 12993884 REVISION NR K DTD 04/23/2020 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 13039369 REVISION NR A DTD 10/15/2013 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12518728 REVISION NR B DTD 08/18/2010 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 13039099 REVISION NR DTD 06/21/2012 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 13039098 REVISION NR DTD 06/21/2012 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 14003542 REVISION NR DTD 09/23/2013 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 14003546 REVISION NR C DTD 12/23/2014 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 13064342 REVISION NR B DTD 10/01/2018 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 14003532 REVISION NR DTD 09/23/2013 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 14003534 REVISION NR DTD 09/23/2013 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 14003535 REVISION NR DTD 09/23/2013 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 14003536 REVISION NR DTD 09/23/2013 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 14003537 REVISION NR DTD 09/23/2013 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 14003538 REVISION NR DTD 09/23/2013 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 14003539 REVISION NR DTD 09/23/2013 PART PIECE NUMBER:

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

COVER, TURRET BASE

Due: 02 May, 2024 (in 2 days)Agency: Department of Defense

SUPPORT FOR FY24 WARN, ICS, DROUGHT, AND REGIONAL TRAINING SUPPORT

Due: 24 Apr, 2025 (in 11 months)Agency: ENVIRONMENTAL PROTECTION AGENCY

BLOCK 1 PEGASUS ADVANCED COMMUNICATIONS SUITE ENGINEERING AND MANUFACTURING DEVELOPMENT

Due: 30 Mar, 2027 (in about 2 years)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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