CABLE ASSEMBLY, SPEC

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A6-23-U-0302

Basic Details

started - 19 Jan, 2023 (15 months ago)

Start Date

19 Jan, 2023 (15 months ago)
due - 02 Feb, 2023 (14 months ago)

Due Date

02 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
SPE4A6-23-U-0302

Identifier

SPE4A6-23-U-0302
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 SPE4A6-23-U-0302 SECTION A Fast Pay does not apply to this solicitation Offerors are encouraged to submit price break information (not Auto IDC) with their quotes. Solicitations which are manually evaluated and awarded at increased quantities may be awarded based on the price break information submitted with the offeror's original quotation without further solicitation or discussion. 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. DLA funds Procurement Technical Assistance Centers (PTACs) to increase the number of U.S. businesses capable of bidding and performing on local, state, and federal government contracts. PTACs have government contracting experts available to assist suppliers at no cost. Visit our website to find your local PTAC: http://www.dla.mil/HQ/SmallBusiness/PTAP.aspx 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 – CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE4A6-23-U-0302 SECTION A REPRESENTATION. Caution Notice: Offerors are required to comply with domestic material restrictions. The Berry Amendment, the Buy American Act, and other domestic material restriction 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. Expedited delivery is encouraged for this item. In the instance that an automated evaluation is not used for this solicitation, Contracting Officers may consider an evaluation preference for quotes/offers of fewer delivery days than the number of delivery days requested by the CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 25 PAGES SPE4A6-23-U-0302 SECTION A Government. Therefore, suppliers are encouraged to submit their best possible delivery schedule. Procurement History for NSN/FSC:014972515/6150 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 66200 SPE4A623F4522 6.000 954.19000 20221215 N 66200 SPE4A622F395U 11.000 954.19000 20220916 N 66200 SPE4A622F199J 8.000 954.19000 20220622 N 66200 SPE4A621V371N 38.000 954.20000 20210524 N 66200 SPE4A621PD400 21.000 1431.00000 20210305 N 0RCD8 SPE4A621PA705 50.000 1431.00000 20210203 N 0RCD8 SPE4A620V134P 18.000 1248.00000 20200812 N 0RCD8 SPE4A620V107F 2.000 1196.00000 20200727 N 66200 SPE4A620V4420 20.000 1073.50000 20191223 N 66200 SPE4A618V345Y 32.000 903.64000 20180712 N 66200 SPE4A618V166Q 18.000 1070.00000 20180516 N 66200 SPE4A618V115C 3.000 1070.00000 20180426 N 1N8T8 SPE4A618V099K 4.000 1070.59000 20180419 N 66200 SPE4A618V076D 26.000 982.30000 20180411 N 66200 SPE4A618V024N 5.000 982.30000 20180323 N 66200 SPE4A618V009H 20.000 893.55000 20180315 N 66200 SPE4A618V4525 44.000 893.55000 20171213 N 1N8T8 SPE4A417V7453 30.000 931.15000 20170626 N 66200 SPE4A617P3690 25.000 910.83000 20161202 N 66200 SPE4A616VE909 4.000 910.83000 20160701 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 SPE4A6-23-U-0302 SECTION B PR: 1000161036 NSN/MATERIAL:6150014972515 ITEM DESCRIPTION CABLE ASSEMBLY,SPEC CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL 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 IRIS TECHNOLOGY CORP. CAGE 78535 P/N 287A106 MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY "DLA does not have a bidset available" 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. IRIS TECHNOLOGY CORPORATION 78535 P/N 78535-102051 LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000161036 0001 EA 42.000 * This is an estimated quantity and may not be purchased by the IDC. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE4A6-23-U-0302 SECTION B PR: 1000161036 PRLI: 0001 CONT’D NSN/MATERIAL:6150014972515 DELIVERY (IN DAYS):0126 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 REQUIREMENTS FOR PROCUREMENT * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE4A6-23-U-0302

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

CABLE ASSEMBLY, SPEC

Due: 29 Apr, 2024 (in 3 days)Agency: Department of Defense

CABLE ASSEMBLY, SPEC

Due: 26 Apr, 2024 (Tomorrow)Agency: Department of Defense

CABLE ASSEMBLY, SPEC

Due: 29 Apr, 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.