HUB, WHEEL, VEHICULAR

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7L3-23-U-2931

Basic Details

started - 27 Jul, 2023 (9 months ago)

Start Date

27 Jul, 2023 (9 months ago)
due - 10 Aug, 2023 (8 months ago)

Due Date

10 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification
SPE7L3-23-U-2931

Identifier

SPE7L3-23-U-2931
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 25 PAGES SPE7L3-23-U-2931 SECTION A Due to the volatility of demands, and frequent quantity changes on open purchase requests, offerors are highly encouraged to submit quantity ranges when quoting. If a PR is evaluated manually, quoting ranges provides the buyer the option to combine requirements or reduce the quantity as needed without resoliciting or adding any additional administrative burden for either party involved when making an award. This does not apply to Auto IDC. If you anticipate quoting on a solicitation after the closing date, please submit a DIBBS quote with a bid type of “No Bid” and place an anticipated quote date or the reason you are not willing to quote. This 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 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE7L3-23-U-2931 SECTION A 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. Procurement History for NSN/FSC:011584093/2530 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 75Q65 SPE7L323F5961 21.000 303.91000 20230518 N 75Q65 SPE7L323F4584 11.000 303.91000 20230302 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 25 PAGES SPE7L3-23-U-2931 SECTION A Procurement History for NSN/FSC:011584093/2530 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 75Q65 SPE7L322F280A 27.000 303.91000 20220915 N 75Q65 SPE7L322F1835 38.000 291.58000 20211014 N 75Q65 SPE7L321F275H 28.000 291.58000 20210925 N 75Q65 SPE7L321F246B 42.000 291.58000 20210913 N 75Q65 SPE7L321F8458 30.000 289.34000 20210211 N 75Q65 SPE7L321F5008 11.000 289.34000 20201203 N 75Q65 SPE7L321F3386P00001 5.000 289.34000 20201029 N 75Q65 SPE7L321F1063 58.000 289.34000 20201015 N 75Q65 SPE7L320F5232 7.000 289.34000 20201005 N 75Q65 SPE7L319P7876 50.000 308.77000 20190822 N 75Q65 SPE7M119FA2FX 17.000 254.13000 20181227 N 75Q65 SPE7M119FA8W5 5.000 254.13000 20181204 N 75Q65 SPE7M119FA98K 16.000 254.13000 20181107 N 75Q65 SPE7M119FA26M 3.000 254.13000 20181019 N 75Q65 SPE7M118FB30Q 9.000 254.13000 20180821 N 75Q65 SPE7M118FAVQN 2.000 254.13000 20180719 N 75Q65 SPE7M118FAPDH 4.000 254.13000 20180615 N 75Q65 SPE7M118FAR95 6.000 254.13000 20180111 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 8 OF 25 PAGES SPE7L3-23-U-2931 SECTION B PR: 1000172952 NSN/MATERIAL:2530011584093 ITEM DESCRIPTION HUB,WHEEL,VEHICULAR HUB, WHEEL, VEHICULAR. 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. RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES . ADEQUATE DATA FOR THE EVALUATION OF ALTERNATE OFFERS IS NOT AVAILABLE AT THE PROCUREMENT AGENCY.THE OFFEROR MUST PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. CRITICAL APPLICATION ITEM OSHKOSH DEFENSE LLC 75Q65 P/N 1306940 LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000172952 0001 EA 45.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:2530011584093 DELIVERY (IN DAYS):0073 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:20 CLNG/DRY:1 PRESV MAT:49 WRAP MAT:GC CUSH/DUNN MAT:JC CUSH/DUNN THKNESS:C UNIT CONT:ED OPI:M PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:00 -00 No special marking CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE7L3-23-U-2931 SECTION B PR: 1000172952 PRLI: 0001 CONT’D PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT . HAZARDOUS MATERIAL STATUS SHALL BE DETERMINED BY MANUFACTURER AND PROVIDED TO DLA LAND AND MARITIME PRIOR TO CONTRACT AWARD: . IP025: PACKAGING, MARKING, AND SHIPPING OF HAZARDOUS MATERIALS * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE7L3-23-U-2931

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

SEAL RING, HUB, PROPE

Due: 03 May, 2024 (in 5 days)Agency: Department of Defense

25--HUB,WHEEL,VEHICULAR

Due: 06 May, 2024 (in 8 days)Agency: DEPT OF DEFENSE

HUB, WHEEL, VEHICULAR

Due: 06 May, 2024 (in 8 days)Agency: Department of Defense

Please Sign In to see more like these.

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