MAGNETIC PICK-UP

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7L3-23-U-2672

Basic Details

started - 06 Jul, 2023 (10 months ago)

Start Date

06 Jul, 2023 (10 months ago)
due - 20 Jul, 2023 (9 months ago)

Due Date

20 Jul, 2023 (9 months ago)
Bid Notification

Type

Bid Notification
SPE7L3-23-U-2672

Identifier

SPE7L3-23-U-2672
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-2672 SECTION A Fast Pay does not apply to this solicitation 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE7L3-23-U-2672 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 7 OF 25 PAGES SPE7L3-23-U-2672 SECTION A Procurement History for NSN/FSC:014533798/2990 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 1JPZ7 SPE7L323F2339 63.000 217.50000 20221201 N 1JPZ7 SPE7L322F146G 27.000 217.50000 20220616 N 1JPZ7 SPE7L322F048N 38.000 217.50000 20220505 N 1JPZ7 SPE7L322F8956 11.000 217.50000 20220318 N 1JPZ7 SPE7L322F7484 26.000 217.50000 20220224 N 1JPZ7 SPE7L322F4061 2.000 217.50000 20211209 N 1JPZ7 SPE7L322F4058 11.000 217.50000 20211209 N 1JPZ7 SPE7L322F4057 4.000 217.50000 20211209 N 1JPZ7 SPE7L322F4056 7.000 217.50000 20211209 N 89RF1 SPE7L321F5873 27.000 212.00000 20201217 N 89RF1 SPE7L321F2940 3.000 212.00000 20201028 N 7Z016 SPE7L518V0976 118.000 190.22000 20180226 N 3CVX9 SPE7L117V4779P00001 50.000 170.20000 20170419 N 31361 SPE7L516V2594 62.000 127.21000 20160829 N 31361 SPE7L216V0940 51.000 127.21000 20160115 N 7Z016 SPE7L215V0488 44.000 168.48000 20141028 N 31361 SPE7L214M0390P00001 40.000 127.21000 20131121 N 3CVX9 SPM7L512V2855 101.000 150.10000 20120912 N 7Z016 SPM7L111V5842 24.000 145.13000 20110324 N 7Z016 SPM7L111V3944 16.000 146.31000 20110122 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-2672 SECTION B PR: 1000171402 NSN/MATERIAL:2990014533798 ITEM DESCRIPTION MAGNETIC PICK-UP MAGNETIC PICK-UP, GOVERNOR. USED IN ELECTRIC RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RD002, COVERED DEFENSE INFORMATION APPLIES 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 POWER PLANT III IN PATRIOT SYSTEM. CRITICAL APPLICATION ITEM WOODWARD, INC. DBA INDUSTRIAL 31361 P/N DYNT-11400 LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000171402 0001 EA 71.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:2990014533798 DELIVERY (IN DAYS):0073 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE7L3-23-U-2672 SECTION B PR: 1000171402 PRLI: 0001 CONT’D REQUIREMENTS FOR PROCUREMENT * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE7L3-23-U-2672

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

CLEMODFY22

Due: 15 Apr, 2032 (in about 8 years)Agency: AO - Administrative Office

PICK-UP MAGNETIC

Due: 02 May, 2024 (Today)Agency: Department of Defense

VEGAVAR52 SENSOR

Due: 06 May, 2024 (in 3 days)Agency: Department of Defense

Please Sign In to see more like these.

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