PLATE, POSITIONING, R

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7L4-24-T-4725

Basic Details

started - 19 Apr, 2024 (13 days ago)

Start Date

19 Apr, 2024 (13 days ago)
due - 29 Apr, 2024 (3 days ago)

Due Date

29 Apr, 2024 (3 days ago)
Bid Notification

Type

Bid Notification
SPE7L4-24-T-4725

Identifier

SPE7L4-24-T-4725
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 SPE7L4-24-T-4725 SECTION A 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:014727185/1055 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 4K539 SPE7L420P0388 84.000 42.16000 20191106 N 27786 SPM7L406V0086P00001 243.000 5.45000 20051013 N 3CB66 SP075005V5626 220.000 5.62000 20050115 N 3CB66 SP075004VD861 200.000 5.74000 20040131 N 0Y7J0 SP075004VA504 140.000 6.00000 20040105 N 3BPT6 SP075004V8676 10.000 28.74000 20031212 N 3BPT6 SP075003VR290 154.000 7.74000 20030620 N 72409 SP075003ML782 10.000 38.00000 20030522 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 25 PAGES SPE7L4-24-T-4725 SECTION B PR: 7007278326 NSN/MATERIAL:1055014727185 ITEM DESCRIPTION PLATE,POSITIONING,R PLATE, POSITIONING, ROCKET LAUNCHER. 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. RD001: DEMILITARIZATION: SMALL ARMS WEAPONS AND PARTS AND ACCESSORIES (CATEGORY I - MUNITIONS LIST ITEMS, CATEGORY I-DODM 4160.28-VOL.3) 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) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RQ017: PHYSICAL INDENTIFICATION/BARE ITEM MARKING RT001: MEASURING AND TEST EQUIPMENT RD002, COVERED DEFENSE INFORMATION APPLIES 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. 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 25 PAGES SPE7L4-24-T-4725 SECTION B 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. The Government Procuring Activity has determined that Surplus is not Acceptable for this NSN. (End of TQ Requirement) THIS ITEM IS A "DEFENSE ARTICLE" AS DEFINED IN AND SUBJECT TO THE INTERNATIONAL TRAFFIC IN ARMS REGULATIONS (22 C.F.R. 120-30) AND THE ARMS EXPORT CONTROL ACT (22 U.S.C.A. 2778-2799). ANY MANUFACTURER OR EXPORTER OF DEFENSE ARTICLES IS REQUIRED TO REGISTER WITH THE DIRECTORATE OF DEFENSE TRADE CONTROLS (DDTC), DEPARTMENT OF STATE. DOCUMENTARY EVIDENCE OF REGISTRATION MAY BE REQUIRED PRIOR TO AWARD. ADDITIONAL EXPORT RESTRICTIONS APPLY AS INDICATED HEREIN. FAILURE TO SUBMIT DDTC REGISTRATION WHEN REQUESTED WILL MAKE A QUOTE/OFFER INELIGIBLE FOR AWARD. THE ITEM BEING PROCURED IS A CRITICAL GUN PART ITEM WITH UNIQUE REQUIREMENTS. PRODUCT INSPECTION WILL BE CONDUCTED BY THE QAR AT THE ACTUAL MANUFACTURER'S FACILITY IDENTIFIED ON THIS CONTRACT. THE IDENTIFICATION OF THE ACTUAL MANUFACTURER MUST BE SUBMITTED TO THE CONTRACTING OFFICER FOR INCLUSION IN THE AWARD. UPON AWARD, ANY CHANGES TO THE ABOVE MUST BE APPROVED BY THE PCO VIA FORMAL CONTRACT MODIFICATION. ,, PRODUCT VERIFICATION TESTING (PVT) IN ACCORDANCE WITH PROCUREMENT NOTE E05, MAY BE INVOKED FOR THE REFERENCED CONTRACT. IF INVOKED, PVT SAMPLES MUST BE INSPECTED, PACKAGED AND MARKED AS REQUIRED IN THE CONTRACT. ONE (1) SAMPLE MAY BE DESTROYED DURING TESTING. PRODUCT VERIFICATION TESTING, IF INVOKED, WILL BE PERFORMED PRIOR TO ACCEPTANCE OF EACH SHIPMENT. THE CONTRACTOR MUST PROVIDE PVT SAMPLES FROM EACH (SUB)CONTRACTOR USED IN THE PRODUCTION OF PARTS ON THIS CONTRACT. FIVE (5) PVT SAMPLES(>,)> UNLESS OTHERWISE SPECIFIED, WILL BE REQUIRED TO BE IDENTIFIED TO THOSE (SUB)CONTRACTORS WHEN THEY ARE SENT IN FOR TESTING. CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 18876 13210650 REVISION NR A DTD 10/02/2006 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 64059 Q2012.59 REVISION NR DTD CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 25 PAGES SPE7L4-24-T-4725 SECTION B PART PIECE NUMBER: IAW REFERENCE DRAWING NR 64059 Q3099.44 REVISION NR DTD PART PIECE NUMBER: IAW REFERENCE DRAWING NR 18876 13210650 REVISION NR DTD 09/13/2019 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7007278326 0001 EA 12.000 NSN/MATERIAL:1055014727185 DELIVERY (IN DAYS):0168 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN PREP FOR DELIVERY: PKGING DATA-QUP:001 WILL BE PACKAGED IN ACCORDANCE WITH ASTM D3951. All DLA Master List of Technical and Quality Requirements take precedence over ASTM D3951. Mark and label all packaging and packing in accordance with MIL-STD-129. The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order. PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT PARCEL POST ADDRESS: W62G2T W1A8 DLA DIST SAN JOAQUIN 25600 S CHRISMAN ROAD REC WHSE 57 TRACY CA 95304-5000 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: W62G2T W1A8 DLA DIST SAN JOAQUIN 25600 S CHRISMAN ROAD REC WHSE 57 TRACY CA 95304-5000 US CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE7L4-24-T-4725 SECTION B PR: 7007278326 PRLI: 0001 CONT’D Need Ship Date:10/15/2024 Original Required Delivery Date:09/30/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE7L4-24-T-4725

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania