MISCELLANEOUS

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7M2-24-Q-0640

Basic Details

started - 11 Apr, 2024 (18 days ago)

Start Date

11 Apr, 2024 (18 days ago)
due - 17 Apr, 2024 (12 days ago)

Due Date

17 Apr, 2024 (12 days ago)
Bid Notification

Type

Bid Notification
SPE7M2-24-Q-0640

Identifier

SPE7M2-24-Q-0640
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 30 PAGES SPE7M2-24-Q-0640 SECTION B SUPPLIES/SERVICES: 3040-00-460-2936 ITEM DESCRIPTION: CONNECTING LINK,RIG RQ040: Non-Destructive Testing (NDT) Accreditation Requirements RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for Manufacturers and Non-Manufacturers ALRE CAI SERIALIZATION: Serialization is required for this ALRE CAI part as well as the packaging for traceability. Contractor technical documentation shall reflect the appropriate marking scheme. All serialized and lot numbered CAI parts shall be accounted for; to include material scrapped during manufacturing. Re-branding by suppliers which obscures the original marking (part number, serial number, CAGE) of the OEM of ALRE CAI parts is prohibited. Please notify DLA Contracting Officer at time of quote if serialization is not practical due to size, material property, unreasonable or excessive cost. 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 RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR) RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN 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. MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO(>,)> OR COME IN DIRECT 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). AIRCRAFT LAUNCH AND RECOVERY EQUIPMENT (ALRE) CRITICAL APPLICATION ITEM SOURCE APPROVAL - TO BE ELIGIBLE FOR AWARD UNDER THIS SOLICITATION, AN OFFEROR MUST BE AN APPROVED SOURCE OR PROVIDE THE PRODUCT OF AN APPROVED CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 30 PAGES SPE7M2-24-Q-0640 SECTION B SUPPLY/SERVICE: 3040-00-460-2936 CONT'D SOURCE AS DETERMINED BY THE ENGINEERING SUPPORT ACTIVITY, NAVAL AIR WARFARE CENTER (NAWC) AIRCRAFT DIVISION LAKEHURST. THE CRITERIA AND PROCEDURES FOR SOURCE APPROVAL ARE CONTAINED IN PART I OF THE NAVAL INVENTORY CONTROL POINT (NAVICP) PHILADELPHIA BROCHURE ENTITLED "SOURCE APPROVAL INFORMATION BROCHURE FOR SPARES". THE LATEST VERSION OF THIS BROCHURE MAY BE OBTAINED BY ACCESSING NAVICP'S WEBSITE: HTTPS://WWW.NAVSUP.NAVY.MIL, OUR TEAM, NAVICP, BUSINESS OPPORTUNITIES, COMMODITIES, SOURCE APPROVAL REQUEST (SAR) BROCHURE SPARES TO ASSIST IN THE DETERMINATION OF SOURCE APPROVAL, THE OFFEROR MAY BE REQUIRED TO SUBMIT TO A SURVEY PRIOR TO AWARD IN WHICH NAWC LAKEHURST MAY PARTICIPATE. IN ADDITION, THE OFFEROR MUST PROVIDE THE FOLLOWING INFORMATION, WHICH MAY BE CONSIDERED IN DETERMINING WHETHER THE OFFEROR IS AN APPROVED SOURCE: (1) A SOURCE APPROVAL LETTER FROM NAVICP'S ENGINEERING AND PRODUCT SUPPORT DIRECTORATE; OR; (2) OTHER EVIDENCE INDICATING THAT THE OFFEROR MEETS THE SOURCE APPROVAL CRITERIA. ALL REQUESTS FOR WAIVERS OR DEVIATIONS CLASSIFIED AS CRITICAL, MAJOR, OR MINOR MUST BE FORWARDED TO THE DSC CONTRACTING OFFICER FOR REVIEW AND APPROVAL. ALL ITEMS OF SUPPLY SHALL BE MARKED IAW MIL-STD-129. IN ADDITION, EACH UNIT PACK WILL BE MARKED WITH LOT AND SERIAL NUMBER (IF AVAILABLE), CONTRACTOR'S CAGE CODE, ACTUAL MANUFACTURER'S CAGE CODE AND PART NUMBER. (February 2016) 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. NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. 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. JCP applies to all manufactures, dealers, distributors, or suppliers. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 30 PAGES SPE7M2-24-Q-0640 SECTION B SUPPLY/SERVICE: 3040-00-460-2936 CONT'D The following Contract Data Requirements Lists (CDRLs), DD Form 1423s, apply to this procurement. Review the Technical Data Package (TDP) for additional information. UNLESS WAIVED, THE FOLLOWING CDRLS APPLY: -First Article Testing Report -Production Test and Inspection Report -Certificate of Quality Compliance CLAUSE 52.246-15, CERTIFICATE OF CONFORMANCE, IS NOT AUTHORIZED FOR THIS NSN. Item Unique Identification is not required by request of the Service customer. DFARS 252.211-7003(c)(1)(i) applies. CRITICAL APPLICATION ITEM AIRTRONICS, LLC 58078 P/N 416559-2 U.S.A. SPARES INC. 1UF60 P/N 416559-2 IAW REFERENCE DRAWING NR 80020 416559 REVISION NR J DTD 09/06/2012 PART PIECE NUMBER: 416559-2 IAW REFERENCE DRAWING NR 16236 CN004602936 REVISION NR A DTD 06/12/2023 PART PIECE NUMBER: IAW REFERENCE QAP 16236 SQAP004602936CFAT REVISION NR DTD 02/10/2020 PART PIECE NUMBER: IAW REFERENCE QAP 16236 CDRL004602936 REVISION NR A DTD 05/02/2023 PART PIECE NUMBER: IAW REFERENCE QAP 16236 SQAP004602936QA REVISION NR A DTD 06/12/2023 PART PIECE NUMBER: ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0001 3040-00-460-2936 6.000 EA $ ________________ $ ________________ CONNECTING LINK ,RIG PRICING TERMS: Firm Fixed Price QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN FOB: ORIGIN DELIVERY DATE: 578 DAYS ADO PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:33 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:MB CUSH/DUNN MAT:NA CUSH/DUNN THKNESS:A UNIT CONT:D3 OPI:M 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 PARCEL POST ADDRESS: SW3218 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 30 PAGES SPE7M2-24-Q-0640 SECTION B SUPPLY/SERVICE: 3040-00-460-2936 CONT'D DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO CA 92136-3581 US 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 Contractor First Article Test Contractor First Article Test – The number of units shown signifies the test requirement. See FAR clause 52.209-3 for the actual quantity required to be tested. ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0002 0001 - S00000053 1.000 EA $ ________________ $ ________________ PRICING TERMS: Firm Fixed Price FOB: DELIVERY DATE: 120 DAYS ADO PREP FOR DELIVERY: Not Applicable Miscellaneous ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0003 0001 - S00000046 1.000 EA $ ________________ $ ________________ PRICING TERMS: Firm Fixed Price INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN FOB: ORIGIN DELIVERY DATE: 578 DAYS ADO PREP FOR DELIVERY: Not Applicable Miscellaneous ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0004 0001 - S00000046 1.000 EA $ ________________ $ ________________ PRICING TERMS: Firm Fixed Price INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN FOB: ORIGIN DELIVERY DATE: 578 DAYS ADO PREP FOR DELIVERY: Not Applicable CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 30 PAGES SPE7M2-24-Q-0640 SECTION B SUPPLY/SERVICE: 0001-S00000046 CONT'D GOVT USE External External External Customer RDD/ ITEM PR PRLI PR PRLI Material Need Ship Date . 0001 7007004375 0001 N/A N/A N/A 10/28/2025 0002 N/A N/A N/A N/A N/A N/A 0003 N/A N/A N/A N/A 9999 N/A 0004 N/A N/A N/A N/A 9999 N/A * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 30 PAGES CONTINUED ON NEXT PAGE SPE7M2-24-Q-0640 SECTION C - SPECIFICATIONS/SOW/SOO/ORD C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY DOCUMENTATION (MAR 2023) C01 SUPERSEDED PART NUMBERED ITEMS (SEP 2016) SECTION E - INSPECTION AND ACCEPTANCE E01 SUPPLEMENTAL FIRST ARTICLE EXHIBIT DISPOSITION – CONTRACTOR MAINTAINED (MAY 2020) 52.246-2 INSPECTION OF SUPPLIES FIXED PRICE (AUG 1996) FAR 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) FAR As prescribed in 46.311, insert the following clause: (a) The Contractor shall comply with the higher-level quality standard(s) listed below. Title Number Date Tailoring [Contracting Officer insert the title, number, date, and tailoring (if any) of the higher-level quality standards.] (b) The Contractor shall include applicable requirements of the higher-level quality standard(s) listed in paragraph (a) of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts, in- (1) Any subcontract for critical and complex items (see 46.203(b) and (c)); or (2) When the technical requirements of a subcontract require- (i) Control of such things as design, work operations, in-process control, testing, and inspection; or (ii) Attention to such factors as organization, planning, work instruction, documentation control, and advanced metrology. (End of Clause) E05 PRODUCT VERIFICATION TESTING (MAY 2020) (1) Product verification testing (PVT) under this procurement note will only apply when the contracting officer specifically invokes it in writing. The contracting officer may invoke PVT at or after contract award. If the contracting officer invokes PVT at contract award, the contract will explicitly state this testing requirement. If the contracting officer invokes PVT after contract award, the contracting officer shall notify the contractor and the cognizant DCMA ACO. The Government will perform PVT testing at a Government-designated testing laboratory. (2) The contractor shall not ship or deliver any material until it receives notification of the acceptable PVT results, unless the contracting officer directs it to do so in writing The Government will provide the PVT results to the contractor within 20 business days after receipt at the Government testing facility, unless the Government specifies otherwise in writing. (3) The contractor shall provide and maintain an inspection system acceptable to the Government in accordance with FAR Clause 52.246-2 or 52.246-3; and maintain and make available all records evidencing those details if requested by the Government. When the Government finds evidence of risk associated with the contractor's sampling process, the Government may witness and evaluate the contractors sampling process. The contractor shall randomly select samples from the production lot(s), unless the contracting officer specifies otherwise in writing. The contractor shall ship the selected PVT samples with a copy of the system of record receiving report (i.e., WAWF, DD Form 250, or commercial shipping document) and the contractor's signed DD Form 1222. The contractor shall prepare the shipping container(s) by marking the external packages in bold letters, “Product Verification Test Samples - Do Not Post to Stock," Contract Number [ ] and Lot/Item Number [ ]” adjacent to the MIL-STD-129 (latest revision) identification markings. The contractor shall use a hard copy of the system of record receiving report as a packing list, in accordance with DFARS Appendix F. The contractor shall mark the exterior of the shipping container in accordance with MIL-STD129 (latest revision), paragraph 5.11. The contractor shall send samples by traceable means (e.g., certified or registered mail, United Parcel Service, Federal Express). The contractor shall include the following in the interior package: (a) Hard copies of the contract; (b) Material certifications/process operation sheets; and (c) Drawings used to manufacture the units and return shipping information. (4) The Government will return samples that pass testing and are not destroyed during evaluation to the contractor at the Government's expense for the contractor to include as part of the total contract quantity to be delivered under the contract. The contractor and Government may agree to dispose of samples not destroyed when the cost of the item does not justify the shipping expense. If the Government does not return approved samples that pass testing to the contractor, the Government will consider those samples as part of the contract quantity for payment and delivery. (5) If samples fail testing, the Government may reject the entire contract lot from which the contractor took the samples. The Government may, at its discretion, retain samples that fail testing without obligation to the contractor. E06 INSPECTION AND ACCEPTANCE AT SOURCE (JUN 2018) CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 30 PAGES CONTINUED ON NEXT PAGE SPE7M2-24-Q-0640 SECTION E - INSPECTION AND ACCEPTANCE (CONTINUED) Inspection and acceptance are at source. The place of acceptance is the location where the Government conducts the last inspection before shipment, unless the contractor indicated a different physical location for acceptance below. The contractor shall indicate the location where supplies will be inspected, if different from the production location: Commercial and Government Entity (CAGE) code: Address: Applicable to contract line item numbers(s) (CLIN(s)): The contractor shall indicate the location where packaging will be inspected, if different from the production location: [ ] Same as for supplies OR CAGE code: Address: Applicable to CLIN(s): The contractor shall indicate the location where supplies will be accepted, if different from the inspection location: Commercial and Government Entity (CAGE) code: Address: Applicable to contract line item numbers(s) (CLIN(s)):

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

MISCELLANEOUS

Due: 30 Apr, 2024 (Today)Agency: Department of Defense

MISCELLANEOUS

Due: 02 May, 2024 (in 1 day)Agency: Department of Defense

MISCELLANEOUS

Due: 30 Apr, 2024 (Today)Agency: Department of Defense

Please Sign In to see more like these.

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