SKIN, AIRCRAFT

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A7-24-T-265W

Basic Details

started - 19 Apr, 2024 (15 days ago)

Start Date

19 Apr, 2024 (15 days ago)
due - 26 Apr, 2024 (8 days ago)

Due Date

26 Apr, 2024 (8 days ago)
Bid Notification

Type

Bid Notification
SPE4A7-24-T-265W

Identifier

SPE4A7-24-T-265W
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 26 PAGES SPE4A7-24-T-265W SECTION A 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:006582170/1560 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 32664 SPE4A723PB310P00001 211.000 1282.00000 20230630 N 0REY5 SPE4A723F5990P00001 40.000 1167.00000 20230316 N 0REY5 SPE4A723F0484P00001 25.000 1145.00000 20221014 N 0REY5 SPE4A722F132CP00001 10.000 1145.00000 20220916 N 0REY5 SPE4A722F095BP00001 24.000 1145.00000 20220814 N 0REY5 SPE4A722F028LP00001 25.000 1145.00000 20220622 N 0REY5 SPE4A722F7912P00001 12.000 1145.00000 20220415 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 26 PAGES SPE4A7-24-T-265W SECTION A Procurement History for NSN/FSC:006582170/1560 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 0REY5 SPE4A722F6262P00001 10.000 1145.00000 20220310 N 0REY5 SPE4A722P3468P00001 38.000 897.24000 20211221 N 32664 SPE4A721F6208 10.000 1752.00000 20210607 N 32664 SPE4A721F4832 15.000 1752.00000 20210416 N 32664 SPE4A721F1449 15.000 1732.00000 20201115 N 6DNG3 SPETA620P0268 8.000 1684.00000 20191118 N 32664 SPE4A719F025S 15.000 1692.00000 20190814 N 32664 SPE4A719F024V 16.000 1692.00000 20190811 N 32664 SPE4A718F6113 15.000 1692.00000 20180327 N 32664 SPE4A718P4879 14.000 1692.00000 20180123 N 32664 SPE4A718P0904 25.000 1562.00000 20171020 N 05RU8 SPE4A717P8997P00002 13.000 3100.00000 20170427 N 32664 SPE4A717P6849 24.000 1561.00000 20170328 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 26 PAGES SPE4A7-24-T-265W SECTION B PR: 7007128424 NSN/MATERIAL:1560006582170 ITEM DESCRIPTION SKIN,AIRCRAFT SKIN, AIRCRAFT 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. 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. RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 26 PAGES SPE4A7-24-T-265W SECTION B RT001: MEASURING AND TEST EQUIPMENT A BOEING RIGHTS GUARD LICENSE AGREEMENT 01 RESTRICTED TECHNICAL DATA PACKAGE EXISTS FOR THIS ITEM. DATA NON-DISCLOSURE AND DATA DESTRUCTION CONDITIONS APPLY. VENDORS MUST COMPLETE AND RETURN THE FORMS LOCATED IN THE "01 BOEING RIGHTS GUARD" LICENSE AGREEMENT FOLDER AVAILABLE AT https://pcf1x.bsm.dla.mil/cFolders 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. MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY ENGINEERING NOTES LOADED AS A DRAWING CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 82918 50-4694 REVISION NR L DTD 06/26/2002 PART PIECE NUMBER: 50-4694-9 IAW REFERENCE DRAWING NR 81205 BAC5602 REVISION NR AF DTD 04/12/2002 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 82918 5-96789 REVISION NR C DTD 12/05/1984 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 82918 5-96789 REVISION NR C DTD 03/14/1974 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81205 BAC5602 REVISION NR AF DTD 08/28/2001 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 82918 5-96789/4 REVISION NR B DTD 03/18/1974 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81205 BAC5300 REVISION NR N DTD 12/05/2016 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81205 BAC5300 REVISION NR N DTD 10/13/1999 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81205 BAC5300-1 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 26 PAGES SPE4A7-24-T-265W SECTION B REVISION NR H DTD 06/23/2014 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81205 BAC5300-2 REVISION NR H DTD 09/15/2014 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 82918 5-96789/5 REVISION NR C DTD 03/18/1974 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81205 BAC5300-1 REVISION NR H DTD 09/01/2006 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81205 BAC5300-2 REVISION NR H DTD 09/01/2006 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81205 BAC5307 REVISION NR U DTD 11/27/2013 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7007128424 0001 EA 50.000 NSN/MATERIAL:1560006582170 DELIVERY (IN DAYS):0245 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN PREP FOR DELIVERY: PKGING DATA-QUP:001 IF MATERIAL IS CONSIDERED HAZARDOUS IAW FED-STD-313, PACKAGE IN ACCORDANCE WITH TQ REQUIREMENT IP025. IF THE MATERIAL IS NOT CONSIDERED HAZARDOUS, IN ACCORDANCE WITH FED-STD-313, THE MATERIAL SHALL BE COMMERCIALLY 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: SW3211 DLA DISTRIBUTION DEPOT OKLAHOMA 3301 F AVE CEN REC BLDG 506 DR 22 TINKER AFB OK 73145-8000 US CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 26 PAGES SPE4A7-24-T-265W SECTION B PR: 7007128424 PRLI: 0001 CONT’D FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3211 DLA DISTRIBUTION DEPOT OKLAHOMA 3301 F AVE CEN REC BLDG 506 DR 22 TINKER AFB OK 73145-8000 US Need Ship Date:00/00/0000 Original Required Delivery Date:06/17/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 26 PAGES CONTINUED ON NEXT PAGE SPE4A7-24-T-265W

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

SPE4A724R0485– 1560 - SKIN,AIRCRAFT/ AIRCRAFT, F-16

Due: 13 May, 2024 (in 9 days)Agency: DEPT OF DEFENSE

STIFFENER, AIRCRAFT

Due: 06 May, 2024 (in 1 day)Agency: Department of Defense

SPE4A724R0549 - 1560 - FLAP HINGE,COVE LIP - AIRCRAFT, STRATOLIFTER C/KC-135

Due: 12 Jun, 2024 (in 1 month)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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