PRODUCTION LOT TESTING

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A6-24-T-36Y7

Basic Details

started - 29 Mar, 2024 (1 month ago)

Start Date

29 Mar, 2024 (1 month ago)
due - 05 Apr, 2024 (23 days ago)

Due Date

05 Apr, 2024 (23 days ago)
Bid Notification

Type

Bid Notification
SPE4A6-24-T-36Y7

Identifier

SPE4A6-24-T-36Y7
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 28 PAGES SPE4A6-24-T-36Y7 SECTION A test results to be provided to the contractor. (6) If a PLT sample fails, the entire production lot quantity produced fails. The contractor shall propose corrective action, if appropriate. (7) PLT samples will be returned to the contractor with a copy of the test report, at contractor expense. 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 28 PAGES SPE4A6-24-T-36Y7 SECTION A 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 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 28 PAGES SPE4A6-24-T-36Y7 SECTION A Procurement History for NSN/FSC:011014162/5306 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 6H6J3 SPE5EC20P0595P00002 1171.000 21.49000 20200617 N 55345 SPE5EC20P0450P00006 6040.000 19.88000 20200414 N 55345 SPE5EC19P0522 270.000 35.66000 20190410 N 4GP55 SPE5EC18CF125P00002 336.000 19.75000 20180425 N 0UCY9 SPE5EC18P0191P00001 2867.000 19.15000 20171222 N 4GP55 SPE5EC17P0686P00001 1279.000 19.75000 20170919 N 4GP55 SPE5EC17P0552P00001 744.000 19.75000 20170615 N 4GP55 SPE5EC17P0153 4500.000 19.75000 20161129 N 0UCY9 SPE5EC16CF064P00003 1445.000 21.95000 20160322 N 4GP55 SPE5EC15CF131P00002 1172.000 22.97000 20150827 N 0UCY9 SPE5EC15CF094P00001 770.000 29.25000 20150507 N 0UCY9 SPE5EC15CF010P00005 3348.000 25.19000 20141118 N 0UCY9 SPM5EC13CF069P00003 2400.000 29.92000 20130429 N 0UCY9 SPM5EC13CF038P00002 5138.000 28.25000 20130213 N 0UCY9 SPM5EC13CF030P00002 1493.000 30.80000 20130124 N 3G1W3 SPM5EY13M0017 419.000 32.83000 20121116 N 0UCY9 SPM5EC13CF001P00004 3000.000 29.95000 20121018 N 78286 SPRPA111G001YWU2T 8.000 79.36000 20120621 N 0JV78 SPM5AY10D0006015503 2771.000 21.22000 20111102 N 0JV78 SPM5AY10D00060122 957.000 20.72000 20110801 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 28 PAGES SPE4A6-24-T-36Y7 SECTION B PR: 7006987566 NSN/MATERIAL:5306011014162 ITEM DESCRIPTION BOLT,MACHINE RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for Manufacturers and Non-Manufacturers BOLT, MACHINE RT001: MEASURING AND TEST EQUIPMENT 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 RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 28 PAGES SPE4A6-24-T-36Y7 SECTION B 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. MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY UNLESS OTHERWISE NOTED FIRST ARTICLE TESTING IS REQUIRED 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. The following Contract Data Requirements Lists (CDRLs), DD Form 1423s, apply to this procurement. Review the Technical Data Package (TDP) for additional information. 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 28 PAGES SPE4A6-24-T-36Y7 SECTION B THIS IS A NAVY IDENTIFIED CRITICAL SAFETY ITEM (CSI). ALL REQUESTS FOR WAIVERS OR DEVIATIONS MUST BE FORWARDED TO THE DSC CONTRACTING OFFICER FOR REVIEW AND APPROVAL. . ALL ITEMS OF SUPPLY SHALL BE MARKED IAW MIL-STD-129. IN ADDITION, EACH UNIT PACK WILL BE MARKED WITH LOT AND SERIAL NUMBER (IF AVAILABLE), CONTRACTOR'S CAGE CODE, ACTUAL MANUFACTURER'S CAGE CODE AND PART NUMBER. CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 78286 SS5021 REVISION NR 9 DTD 12/15/1995 PART PIECE NUMBER: SS5021-10-34A IAW REFERENCE NON GOVT STD NAS621 REVISION NR 13 DTD 05/31/2013 PART PIECE NUMBER: IAW REFERENCE QAP 78286 SQAP-CSI011014162 REVISION NR DTD 10/24/2019 PART PIECE NUMBER: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 28 PAGES SPE4A6-24-T-36Y7 SECTION B PR: 7006987566 PRLI: 0001 CONT’D CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7006987566 0001 EA 232.000 NSN/MATERIAL:5306011014162 DELIVERY (IN DAYS):0324 DELIVER FOB: ORIGIN 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:33 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:GB CUSH/DUNN MAT:00 CUSH/DUNN THKNESS:0 UNIT CONT:BE OPI:M INTRMDTE CONT:E5 INTRMDTE CONT QTY:AAA 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: W62G2T W1A8 DLA DIST SAN JOAQUIN 25600 S CHRISMAN ROAD REC WHSE 57 TRACY CA 95304-5000 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: W62G2T W1A8 DLA DIST SAN JOAQUIN 25600 S CHRISMAN ROAD REC WHSE 57 TRACY CA 95304-5000 US Need Ship Date:03/27/2024 Original Required Delivery Date:10/23/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 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.

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

PRODUCTION LOT TESTING

Due: 01 May, 2024 (in 1 day)Agency: Department of Defense

PRODUCTION LOT TESTING

Due: 09 May, 2024 (in 9 days)Agency: Department of Defense

PRODUCTION LOT TESTING

Due: 30 Apr, 2024 (Tomorrow)Agency: Department of Defense

Please Sign In to see more like these.

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