KIT, RECOIL STARTER

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7M4-23-U-0047

Basic Details

started - 31 Jan, 2023 (14 months ago)

Start Date

31 Jan, 2023 (14 months ago)
due - 14 Feb, 2023 (14 months ago)

Due Date

14 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
SPE7M4-23-U-0047

Identifier

SPE7M4-23-U-0047
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 SPE7M4-23-U-0047 SECTION A FAR 52.219-33 Nonmanufacturer Rule NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM 333618 Refer to the corresponding small business size standard http://www.sba.gov/content/table-small-business-size-standards However, the small business size standard for a concern that submits an offer but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition is 1) an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award; or 2) uses the HUBZone price evaluation preference to award to a HUBZone concern, unless the concern waived the evaluation preference. DFARS 252.225-7001, BUY AMERICAN AND BALANCE OF
PAYMENTS PROGRAM, APPLIES TO ALL QUOTES ABOVE THE MICRO-PURCHASE THRESHOLD. DESTINATION INSPECTION REQUIRED - FAR 52.246-2 APPLIES. 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 26 PAGES SPE7M4-23-U-0047 SECTION A 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 – 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 26 PAGES SPE7M4-23-U-0047 SECTION A 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:014655999/2990 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 6PZL1 SPE7M123P0358 164.000 122.48000 20221013 N 6PZL1 SPE7M422V6321P00001 38.000 97.93000 20220923 N 4X8W5 SPE7L322F7331 179.000 107.38000 20220218 N 4X8W5 SPE7L320F4897 15.000 101.00000 20200917 N 1VUQ9 SPE7L519P0286 437.000 98.40000 20181219 N 4X8W5 SPE7L518V2312P00001 800.000 101.47000 20180823 N 4X8W5 SPE7L518P0708 1060.000 99.25000 20180423 N 4X8W5 SPE7L218P0186P00001 164.000 99.68000 20171121 N 4X8W5 SPE7L518P0176P00001 253.000 99.24000 20171113 N 4X8W5 SPE7LX14D01080043 216.000 81.46000 20170302 N 4X8W5 SPE7LX14D01080039 125.000 82.34000 20170125 N 4X8W5 SPE7LX14D01080034 151.000 82.34000 20161005 N 4X8W5 SPE7LX14D01080028 109.000 80.10000 20160526 N 4X8W5 SPE7LX14D01080018 122.000 80.10000 20150928 N 4X8W5 SPE7LX14D01080014 129.000 80.10000 20150915 N 4X8W5 SPE7LX14D01080011 130.000 77.92000 20150614 N 4X8W5 SPE7LX14D01080007 149.000 77.92000 20150402 N 4X8W5 SPE7LX14D01080004 116.000 77.92000 20150225 N 0PXF9 SPM7LX09D90420092 93.000 122.96000 20140626 N 0PXF9 SPM7LX09D90420091 128.000 122.96000 20140430 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 26 PAGES SPE7M4-23-U-0047 SECTION A 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 9 OF 26 PAGES SPE7M4-23-U-0047 SECTION B PR: 1000161306 NSN/MATERIAL:2990014655999 ITEM DESCRIPTION KIT,RECOIL STARTER STARTER, ENGINE, HAND (RECOIL STARTER KIT). 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 RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RQ017: PHYSICAL INDENTIFICATION/BARE ITEM MARKING NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. ALTERNATE OFFEROR REQUIREMENTS: THE FOLLOWING DOCUMENTATION IS REQUIRED IN ACCORDANCE WITH MIL-T-31000. (A) ALL DRAWINGS AND SPECIFICATIONS REQUIRED FOR MANUFACTURE. (B) PROCESS/OPERATION SHEETS WHICH DESCRIBE IN DETAIL EACH CRITICAL PROCESS AND ASSOCIATED INSPECTION/ACCEPTANCE CRITERIA. (C) IDENTIFICATION OF SOURCES WHO WILL PERFORM CRITICAL PROCESSES/OPERATIONS, INCLUDING SOURCES OF FORGINGS AND CASTINGS. (D) IF AVAILABLE COPIES OF PURCHASE ORDERS FROM THE ITEM. (E) A SHOCK EXTENSION REPORT IN ACCORDANCE WITH MIL-S-901 AND IN A FORMAT AS SPECIFIED IN DI-ENVR-80706 IS REQUIRED. IF THE OEM'S DETAILED DRAWINGS ARE NOT AVAILABLE, THE OFFEROR MUST SUPPLY AN ENGINEERING ANALYSIS REPORT WHICH DETAILS HOW THEIR DRAWINGS WERE DEVELOPED. ADDITIONALLY, IF REVERSE ENGINEERING WAS USED, THE COMPLETE PROCEDURE WILL BE REPORTED INCLUDING: NUMBER OF SAMPLES, METHODS AND MEASURES USED, ALL DATA COMPILED, RATIONALE FOR DIMENSION TOLERANCE DEVIATION, AND RATIONALE FOR ACCEPTANCE. THIS DATA WILL BE FORWARDED TO THE ENGINEERING SUPPORT ACTIVITY FOR EVALUATION. CRITICAL APPLICATION ITEM CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 26 PAGES SPE7M4-23-U-0047 SECTION B YANMAR AMERICA CORPORATION 80LX1 P/N 114399-76251&114399-76590 LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000161306 0001 EA 449.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:2990014655999 DELIVERY (IN DAYS):0074 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:ZZ CLNG/DRY:Z PRESV MAT:ZZ WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:Z UNIT CONT:ZZ OPI:M INTRMDTE CONT:E5 INTRMDTE CONT QTY:AAA PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:ZZ -ZZ Special Requirements PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT "PRESERVATION & PACKAGING SHALL BE I/A/W THE LATEST REVISION OF MILITARY SPECIFICATION MIL-STD-2073-1 APPENDIX D, FOR PACKAGING OF "KITS". * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 26 PAGES CONTINUED ON NEXT PAGE SPE7M4-23-U-0047

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

MAINTENANCE KIT, GUN

Due: 22 Apr, 2024 (in 2 days)Agency: Department of Defense

GUN RECOIL ASSEMBLY

Due: 22 Apr, 2024 (in 2 days)Agency: Department of Defense

STARTER, ENGINE, AIR

Due: 22 Apr, 2024 (in 2 days)Agency: Department of Defense

Please Sign In to see more like these.

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