TRANSFORMER, POWER

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7M5-23-U-0435

Basic Details

started - 15 Jun, 2023 (10 months ago)

Start Date

15 Jun, 2023 (10 months ago)
due - 29 Jun, 2023 (10 months ago)

Due Date

29 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
SPE7M5-23-U-0435

Identifier

SPE7M5-23-U-0435
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 SPE7M5-23-U-0435 SECTION A QUALIFIED PRODUCTS LIST ITEM IN ACCORDANCE WITH FAR 52.209-1. CITE MFG. CAGE, SOURCE CAGE, ITEM NAME, SERVICE IDENTIFICATION AND TEST NUMBER. 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 SPE7M5-23-U-0435 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 SPE7M5-23-U-0435 SECTION A Procurement History for NSN/FSC:005480491/5950 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 5V049 SPE7M123F5434 3.000 1697.95000 20230522 N 5V049 SPE7M122F595G 4.000 1697.95000 20220715 N 3F2Q9 SPE7MC21V7299 10.000 1491.00000 20210426 N 3F2Q9 SPE7MC21V6132 6.000 1535.00000 20210319 N 3F2Q9 SPE7M019V5345 13.000 1382.00000 20190308 N 3F2Q9 SPE7MC19V0945 9.000 1293.00000 20181024 N 3F2Q9 SPE7MC18V8339 9.000 1297.00000 20180625 N 3F2Q9 SPE7MC18V6442 4.000 1299.00000 20180503 N 3F2Q9 SPE7MC18V4246 2.000 1299.00000 20180302 N 3F2Q9 SPE7M818P0652 3.000 1299.90000 20171129 N 3F2Q9 SPE7M016V9836 8.000 1244.00000 20160427 N 3F2Q9 SPE7M016V8902 2.000 1317.00000 20160404 N 3F2Q9 SPE7M815M2440 2.000 1360.00000 20150608 N 7Z016 SPE7M214M4260 3.000 1361.90000 20140908 N 4N509 SPE7M214M2594 2.000 1363.00000 20140421 N 4N509 SPE7M813M0537 3.000 1363.00000 20130828 N 4N509 SPE7M213M0294 3.000 1363.00000 20130801 N 4N509 SPM7M213M1057 2.000 1311.00000 20121207 N 4N509 SPM7M212M6238 4.000 1318.00000 20120906 N 4N509 SPM7M212M0986 9.000 1314.00000 20111128 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 SPE7M5-23-U-0435 SECTION B PR: 1000170248 NSN/MATERIAL:5950005480491 ITEM DESCRIPTION TRANSFORMER,POWER TRANSFORMER, POWER 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. RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES 450-120VAC/NO LOAD/ 5.0 KVA., 60 HERTZ. GROUP 3, DIVISION A. MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO(>,)> OR COME IN DIRECT CONTACT WITH(>,)> ANY HARDWARE OR SUPPLIES FURNISHED UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). MANUFACTURER PART NUMBERS THAT APPEAR ON QPL AT THE TIME OF AWARD ARE ACCEPTABLE FOR PROCUREMENT. FULL AND OPEN COMPETITION APPLIES. CRITICAL APPLICATION ITEM IAW BASIC SPEC NR MIL-T-15108C(1) NOT 1 REVISION NR C DTD 02/17/2021 PART PIECE NUMBER: GROUP:3 / DIVISION:A IAW REFERENCE DRAWING NR 80064 S6202-3226697 REVISION NR I DTD 06/13/1972 PART PIECE NUMBER: S6202F3226697GP3 LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000170248 0001 EA 25.000 * 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 SPE7M5-23-U-0435 SECTION B PR: 1000170248 PRLI: 0001 CONT’D NSN/MATERIAL:5950005480491 DELIVERY (IN DAYS):0117 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP:001 PRES MTHD:41 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:00 CUSH/DUNN MAT:AD CUSH/DUNN THKNESS:M UNIT CONT:F2 OPI:M PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:06 -06 Delicate instrmt & Arrow up Marking 06 - fragile and arrow up/do not stack item. Tranformers have terminals/leads that are very fragile and can bend or break if adequate protection is not provided in cushioning/blocking (>&)> bracking and packaging. Special handling/storing/shipping is required of suppliers/depot personnel and customers and shipment procedures. All should verify condition of transformers upon receipt for damage control. 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 SPE7M5-23-U-0435

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

TRANSFORMER, POWER

Due: 13 May, 2024 (in 11 days)Agency: Department of Defense

59--TRANSFORMER,POWER

Due: 02 May, 2024 (Today)Agency: DEPT OF DEFENSE

TRANSFORMER, POWER

Due: 06 May, 2024 (in 4 days)Agency: Department of Defense

Please Sign In to see more like these.

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