SHIM, AIRCRAFT EQUIP

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7M2-23-T-5513

Basic Details

started - 02 Jun, 2023 (10 months ago)

Start Date

02 Jun, 2023 (10 months ago)
due - 12 Jun, 2023 (10 months ago)

Due Date

12 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
SPE7M2-23-T-5513

Identifier

SPE7M2-23-T-5513
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 24 PAGES SPE7M2-23-T-5513 SECTION A (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:015068667/1710 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 0WVW0 SPE7M123V5072 316.000 25.44000 20230323 N 3NBK9 SPE7M222P2783P00001 705.000 21.00000 20220802 N 3NBK9 SPE7M222P1882P00001 454.000 17.50000 20220503 N 0WVW0 SPE7MC22V2311 206.000 17.89000 20211206 N 3NBK9 SPE7M020V1185 387.000 14.99000 20191118 N 0EC00 SPE7M119V8192P00001 661.000 15.28000 20190806 N 3NBK9 SPE7M019V6357P00001 368.000 12.59000 20190401 N 8A623 SPE7M217P1679P00001 400.000 12.85000 20170619 N 0WVW0
SPE7M217V0178P00001 317.000 12.64000 20161104 N 3NBK9 SPE7M015V4793 142.000 14.99000 20150121 N 8A623 SPE7M214M1605 181.000 15.27000 20140210 N 8A623 SPM7M212M4445 350.000 15.27000 20120608 N 8A623 SPM7M212M3021 45.000 35.00000 20120409 N NOT FO N0038308CP061 361.000 15.22000 20071203 N NOT FO N0038307CP122 99.000 15.50000 20070328 N NOT FO N0038306CP069 93.000 16.63000 20060123 N NOT FO N0038305CP204 99.000 7.96000 20050507 N 47347 N0038304CP138 125.000 36.00000 20040625 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 6 OF 24 PAGES SPE7M2-23-T-5513 SECTION B PR: 7003133973 NSN/MATERIAL:1710015068667 ITEM DESCRIPTION SHIM,AIRCRAFT EQUIP SHIM, AIRCRAFT EQUIP 82N BASIC ALRE 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. 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 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 24 PAGES SPE7M2-23-T-5513 SECTION B CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). 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. FULL AND OPEN COMPETITION APPLY REMINDER: THIS IS A CRITICAL ITEM AND ALL MAJOR AND MINOR WAIVER/DEVIATION REQUESTS MUST BE FORWARDED TO THE DSCC CONTRACTING OFFICER WHO WILL COORDINATE THE REVIEW AND APPROVAL THROUGH THE RESPONSIBLE ENGINEERING SERVICE ACTIVITY. THIS MATERIAL MUST MEET NAVAIR AIRCRAFT LAUNCH & RECOVERY EQUIPMENT TRACEABILITY REQUIREMENTS. BARE ITEM MARKINGS SHALL BE IAW THE TECHNICAL DATA DRAWINGS PROVIDED. BARE ITEM MATERIAL SHALL BE MARKED WITH CONTRACT NUMBER, NAWC CAGE, AND PART NUMBER UNLESS OTHERWISE SPECIFICIED ON ASSOCIATED DRAWING. IF A CONFLICT EXISTS WITH MARKING REQUIREMENTS OF THIS 82N ALRE/SE ITEM, THE ASSOCIATED DRAWING REQUIREMENTS SHALL APPLY. CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 80020 427861 REVISION NR B DTD 10/11/2018 PART PIECE NUMBER: 427861-1 CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7003133973 0001 EA 262.000 NSN/MATERIAL:1710015068667 DELIVERY (IN DAYS):0199 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:10 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:00 CUSH/DUNN MAT:NA CUSH/DUNN THKNESS:C UNIT CONT:D3 OPI:O INTRMDTE CONT:DO 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 24 PAGES SPE7M2-23-T-5513 SECTION B PR: 7003133973 PRLI: 0001 CONT’D PARCEL POST ADDRESS: SW3218 DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO CA 92136-3581 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3218 DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO CA 92136-3581 SAN DIEGO CA 92136-3581 US Need Ship Date:12/29/2023 Original Required Delivery Date:01/06/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 9 OF 24 PAGES CONTINUED ON NEXT PAGE SPE7M2-23-T-5513

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

CARAHSOFT-THOMAS PANZITTA-09/02/2023-09/01/2024

Due: 01 Sep, 2024 (in 4 months)Agency: DRUG ENFORCEMENT ADMINISTRATION

17--STATOR,AIRCRAFT ARR

Due: 26 Apr, 2024 (in 9 days)Agency: DEPT OF DEFENSE