TRACK, SLIDING DOOR

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7L1-24-T-286F

Basic Details

started - 12 Apr, 2024 (19 days ago)

Start Date

12 Apr, 2024 (19 days ago)
due - 22 Apr, 2024 (9 days ago)

Due Date

22 Apr, 2024 (9 days ago)
Bid Notification

Type

Bid Notification
SPE7L1-24-T-286F

Identifier

SPE7L1-24-T-286F
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 27 PAGES SPE7L1-24-T-286F 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 6 OF 27 PAGES SPE7L1-24-T-286F SECTION A Procurement History for NSN/FSC:000810551/5340 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 563J1 SPE4A113G0007089B 2.000 5254.17000 20150909 N 563J1 SPE4A113G0007070F02 2.000 5204.14000 20150318 N 1WL60 SP054004ML044 12.000 1582.43000 20040609 N 1WL60 SP056003ME068 31.000 171.16000 20030301 N 98897 F0960375A0264SAJ4 7.000 125.99000 19750722 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 27 PAGES SPE7L1-24-T-286F SECTION B PR: 7007179027 NSN/MATERIAL:5340000810551 ITEM DESCRIPTION TRACK,SLIDING DOOR TRACK, SLIDING DOOR 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 RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES 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 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 27 PAGES SPE7L1-24-T-286F SECTION B FULL AND OPEN COMPETITION APPLY RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN Government First Article Preproduction approval required. Testing will be in accordance with applicable drawings, specifications and/or Engineering instructions. The first article offered shall be manufactured at the facilities in which production quantities are procured and produced under this contract. When submitting the first article(s) for government testing, a copy of the contract and all applicable drawings, specifications, engineering instructions, certifications, and inspection sheets shall be provided. Upon receipt and evaluation of the test report from the responsible government testing location, the contracting officer will provide final notification to the manufacturer. Any questions or concerns regarding the first article test requirements must be submitted through the contracting officer. Additional Wide Area Workflow (WAWF) instructions for government first article test CLIN: The contractor shall code the receiving report for government first article test CLIN in WAWF as Follows: A: Inspection at origin (Source) - Enter the DCMA office DODAAC listed on page 1 of the contract. B: Acceptance by other - Enter the issue by office DODAAC listed on page 1 of the contract. C: Ship to code - Enter the DODAAC of the test facility listed for the government first article test CLIN in the contract (See FAR Clause 52.209-4). FIRST ARTICLE TEST MARKING INSTRUCTIONS: FAT sample(s) packaging shall be clearly marked "FIRST ARTICLE TEST EXHIBIT(S) DO NOT POST TO STOCK!!!" in largest font possible with contrasting color to the packaging. Marking shall be located adjacent to the Package Shipping Label side and on at least one additional side of the package. MIL-STD-130N, 16 Nov 2012 IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) Item Unique Identification is not required by request of the Service customer. DFARS 252.211-7003(c)(1)(i) applies. THIS NSN REQUIRES GOVERNMENT SOURCE INSPECTION WITH A FIRST ARTICLE TEST REQUIREMENT. THE GOVERNMENT SOURCE INSPECTION REQUIREMENT IS VALID WHETHER OR NOT THE FIRST ARTICLE TEST REQUIREMENT IS INVOKED. SEE DOCUMENT 200415485 FOR GENERAL ENGINEERING NOTES. NOTES 1, 3, 6, AND 12 APPLY. CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 98897 4F41107 REVISION NR W DTD 01/22/1988 PART PIECE NUMBER: 4F41107-111A IAW REFERENCE DRAWING NR 98897 STP59-007 REVISION NR F DTD 09/07/2005 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98897 DS5025 REVISION NR BA DTD 05/11/2023 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 27 PAGES SPE7L1-24-T-286F SECTION B PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98897 STP63-001 REVISION NR W DTD 04/28/2023 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98897 LS32524 REVISION NR A DTD 01/27/1969 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98897 STP62-005 REVISION NR J DTD 10/19/2017 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98897 STP51-302 REVISION NR AF DTD 04/28/2022 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98752 200415485 REVISION NR E DTD 01/30/2020 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98897 STP54-101 REVISION NR AD DTD 12/06/2022 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98752 2020111556 REVISION NR A DTD 08/22/2023 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98897 STP63-001 REVISION NR W DTD 11/18/2021 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98752 2020111556 REVISION NR A DTD 10/04/2023 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98897 4F41107/4 REVISION NR U DTD 01/01/1939 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98897 4F41107/5 REVISION NR V DTD 01/01/1939 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98897 4F41107/6 REVISION NR U DTD 01/01/1939 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98897 4F41107/7 REVISION NR W DTD 01/01/1939 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98897 4F41107/8 REVISION NR V DTD 01/01/1939 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7007179027 0001 EA 1.000 NSN/MATERIAL:5340000810551 DELIVERY (IN DAYS):0468 DELIVER FOB: ORIGIN CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 27 PAGES SPE7L1-24-T-286F SECTION B PR: 7007179027 PRLI: 0001 CONT’D QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:10 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:00 CUSH/DUNN MAT:AD CUSH/DUNN THKNESS:E UNIT CONT:MC OPI:M PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:00 -00 No special marking PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT PARCEL POST ADDRESS: SW3119 DLA DISTRIBUTION WARNER ROBINS 455 BYRON STREET BLDG 376 ROBINS A F B GA 31098-1887 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3119 DLA DISTRIBUTION WARNER ROBINS 455 BYRON STREET BLDG 376 ROBINS A F B GA 31098-1887 US Need Ship Date:10/08/2024 Original Required Delivery Date:06/05/2025 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * GOVERNMENT FIRST ARTICLE TEST – THE NUMBER OF UNITS SHOWN SIGNIFIES THE TEST REQUIREMENT. SEE FAR CLAUSE 52.209-4 CITED IN SECTION A OF THIS SOLICITATION FOR THE ACTUAL QUANTITY REQUIRED. CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0002 0000000000 EA 1.000 NSN/MATERIAL:0001S00000052 DELIVERY (IN DAYS):0180 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 27 PAGES SPE7L1-24-T-286F SECTION B PR: PRLI: CONT’D THIS LINE ITEM SIGNIFIES THE FIRST ARTICLE TEST REQUIREMENT (FAT). SEE CLAUSES FOR INFORMATION CONCERNING THE FAT REQUIREMENT. OFFERS THAT DO NOT CITE A PRICE FOR THIS LINE ITEM SHALL BE EVALUATED UNDER THE ASSUMPTION THAT THERE IS NO SEPARATE CHARGE FOR THE FAT. IN THE EVENT THE FAT REQUIREMENT IS WAIVED, NO AWARD WILL BE MADE FOR THIS LINE ITEM. THE NUMBER OF UNITS SHOWN APPEARS AS “1 EA”. THIS QUANTITY SIGNIFIES THE TEST REQUIREMENT. OFFERORS WILL FIND THE ACTUAL QUANTITY REQUIRED BY THE GOVERNMENT FOR THE FAT LINE ITEM PER FAR 52.209-3 OR 52.209-4 IN SECTION A OF THIS SOLICITATION. DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN Need Ship Date:00/00/0000 Original Required Delivery Date:00/00/0000 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

53--TRACK,SLIDING DOOR

Due: 11 May, 2024 (in 8 days)Agency: DEPT OF DEFENSE

53--HANGER,SLIDING DOOR

Due: 09 May, 2024 (in 7 days)Agency: DEPT OF DEFENSE

53--HANGER,SLIDING DOOR

Due: 04 May, 2024 (in 2 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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