CYLINDER ASSEMBLY, A

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7L3-23-U-0563

Basic Details

started - 28 Nov, 2022 (17 months ago)

Start Date

28 Nov, 2022 (17 months ago)
due - 12 Dec, 2022 (16 months ago)

Due Date

12 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
SPE7L3-23-U-0563

Identifier

SPE7L3-23-U-0563
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 SPE7L3-23-U-0563 SECTION A 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 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE7L3-23-U-0563 SECTION A 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 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:013725536/3040 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 65459 SPE7L422P3270 18.000 12140.47000 20220825 N 65459 SPE7L422P1378 21.000 9515.25000 20220204 N 65459 SPE7L321F015S 22.000 2133.07000 20210415 N 65459 SPE7L321F6027 26.000 2133.07000 20201222 N 65459 SPE7L420P1978 31.000 1458.19000 20200424 N 65459 SPE7L119V013F 19.000 1458.19000 20190904 N 65459 SPE7L219V1730 17.000 1458.19000 20190821 N 65459 SPE7L219P0101 43.000 1400.00000 20181109 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 25 PAGES SPE7L3-23-U-0563 SECTION A Procurement History for NSN/FSC:013725536/3040 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 65459 SPE7L118P4079 23.000 1371.77000 20180626 N 65459 SPE7L518P0469 21.000 1371.77000 20180208 N 65459 SPE7L217V1692 14.000 1371.77000 20170809 N 65459 SPE7L416V2036 13.000 1371.77000 20160829 N 65459 SPE7L416V1458 14.000 1371.77000 20160509 N 65459 SPE7L416V0210 13.000 1371.77000 20151030 N 65459 SPE7L215V2576 19.000 1315.93000 20150316 N 65459 SPE7L514V2646 16.000 1315.93000 20140818 N 65459 SPE7L214V1402 16.000 1315.93000 20140109 N 65459 SPM7L213V5521 24.000 1344.56000 20130620 N 65459 SPM7L213V4356 18.000 1344.56000 20130416 N 65459 SPM7L213V2110 22.000 1344.56000 20130102 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 SPE7L3-23-U-0563 SECTION B PR: 1000157026 NSN/MATERIAL:3040013725536 ITEM DESCRIPTION CYLINDER ASSEMBLY,A CYLINDER ASSEMBLY, ACTUATING, LINEAR 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 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 LANDOLL COMPANY, LLC 65459 P/N 9-242-010184 BAE SYSTEMS LAND & ARMAMENTS L.P. 076M6 P/N 9-242-010184 BAE SYSTEMS TACTICAL VEHICLE SYSTEMS LP 0FW39 P/N 9-242-010184 LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE7L3-23-U-0563 SECTION B CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000157026 0001 EA 31.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:3040013725536 DELIVERY (IN DAYS):0126 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA-QUP:001 WILL BE PACKAGED IN ACCORDANCE WITH ASTM D3951. All DLA Master List of Technical and Quality Requirements take precedence over ASTM D3951. Mark and label all packaging and packing in accordance with MIL-STD-129. The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order. PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE7L3-23-U-0563

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

CYLINDER ASSEMBLY, R

Due: 29 Apr, 2024 (in 1 day)Agency: Department of Defense

16--CYLINDER ASSEMBLY,A

Due: 29 Apr, 2024 (in 2 days)Agency: DEPT OF DEFENSE

CYLINDER ASSEMBLY, H

Due: 06 May, 2024 (in 9 days)Agency: Department of Defense

Please Sign In to see more like these.

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