BAYONET, OXYGEN MASK

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A7-24-T-219Y

Basic Details

started - 10 Apr, 2024 (19 days ago)

Start Date

10 Apr, 2024 (19 days ago)
due - 17 Apr, 2024 (12 days ago)

Due Date

17 Apr, 2024 (12 days ago)
Bid Notification

Type

Bid Notification
SPE4A7-24-T-219Y

Identifier

SPE4A7-24-T-219Y
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 SPE4A7-24-T-219Y SECTION A 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 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 27 PAGES SPE4A7-24-T-219Y SECTION A 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. This is a life support item; surplus material will not be considered for award. Only quotes from the approved source of supply or authorized dealers are acceptable for life support items. The dealer must provide a copy of the letter from the approved source of supply approving them to act as a dealer/distributor with their quote. Quotes from secondary dealers will not be accepted. Procurement History for NSN/FSC:013178339/1660 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 60240 SPE4A724P2491 1665.000 57.08000 20231117 N 60240 SPE4A724P0461P00001 261.000 65.47000 20231005 N 60240 SPE4A723F8217P00001 471.000 56.15000 20230516 N 60240 SPE4A723F5438 471.000 56.15000 20230428 N 60240 SPE4A723F1348 471.000 56.15000 20221115 N 60240 SPE4A722F082V 471.000 56.15000 20220822 N 60240 SPE4A722F9472P00001 471.000 55.32000 20220518 N 60240 SPE4AX22F0618 471.000 55.32000 20211109 N 60240 SPE4A721F6035 471.000 54.49000 20210524 N 60240 SPE4A721F3904 471.000 54.49000 20210309 N 60240 SPE4A721F1022 471.000 54.49000 20201104 N 60240 SPE4A720F4710 451.000 45.66000 20200412 N 60240 SPE4A720F4538 451.000 45.66000 20200401 N 60240 SPE4A720F1589 624.000 45.66000 20191204 N 60240 SPE4A719F000B 451.000 44.62000 20190715 N 60240 SPE4A719F9032 451.000 44.62000 20190530 N 60240 SPE4A719F6962 451.000 44.62000 20190402 N 60240 SPE4A719F2715 758.000 44.62000 20181203 N 60240 SPE4A718F7702 592.000 43.61000 20180515 N 60240 SPE4A718F3964P00001 548.000 43.61000 20180124 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 SPE4A7-24-T-219Y SECTION B PR: 7007138464 NSN/MATERIAL:1660013178339 ITEM DESCRIPTION BAYONET,OXYGEN MASK BAYONET ASSEMBLY, RIGHT 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. RD002, COVERED DEFENSE INFORMATION APPLIES RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) 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 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 27 PAGES SPE4A7-24-T-219Y SECTION B 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 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. EXCEPTION: 1. P/N G013-1001, 60C4469 SHALL BE GLASS BEAD PEENED, SIZE 13(>,)> IAW SAE-AMS5517 AND MILPRF-9954. NOTE: IAW CAGE 98752, DWG 200415485 ON EDL, 1, 3 & 12 APPLY. CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 98750 G013-1000 REVISION NR C DTD 09/23/1991 PART PIECE NUMBER: P/N G013-1000-02 IAW REFERENCE DRAWING NR 98750 60A4474 REVISION NR G DTD 02/19/1975 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98750 60A4475 REVISION NR K DTD 01/01/1939 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98750 60B4471 REVISION NR J DTD 01/01/1939 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98750 60B4472 REVISION NR K DTD 01/01/1939 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 27 PAGES SPE4A7-24-T-219Y SECTION B PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98750 60B4473 REVISION NR F DTD 09/26/1976 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98750 G013-1001 REVISION NR J DTD 11/11/1991 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98750 60C4469 REVISION NR H DTD 08/28/1984 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98750 60C4470 REVISION NR G DTD 09/26/1976 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98752 200415485 REVISION NR E DTD 01/30/2020 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7007138464 0001 EA 555.000 NSN/MATERIAL:1660013178339 DELIVERY (IN DAYS):0461 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:ZZ CLNG/DRY:Z PRESV MAT:00 WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:C UNIT CONT:ZZ OPI:M INTRMDTE CONT:ZZ INTRMDTE CONT QTY:000 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 OXYGEN CLEANING: THE SUBJECT ITEM REQUIRES CLEANING AND PACKAGING IN ACCORDANCE WITH SAE ARP1176. CONTRACTORS SHALL COMPLY WITH APPLICABLE PRACTICES, METHODS AND PROCEDURES WITH EXCEPTION GRANTED ONLY TO THOSE CONTRACTORS WHO HAVE RECEIVED PRIOR DSCR OR OC-ALC WRITTEN APPROVAL TO SUBSTITUTE CONTRACTOR DEVELOPED PRACTICES. Nomenclature tags should be inserted in each bag or securely attached to the package and shipping container, showing title, part number or other data as required so that the contents can be readily identified without breaking the label. In addition, labels should be attached to the unit package CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 27 PAGES SPE4A7-24-T-219Y SECTION B PR: 7007138464 PRLI: 0001 CONT’D and shipping container and should include the following or SIMILAR INFORMATIO: ITEM IS CLEANED FOR OXYGEN SERVICE. DONOT ALLOW PETROLEUM CONTAMIANTS OF ANY KIND TO BE USED/STORED ON OR ABOUT THIS CONTAINER. PARCEL POST ADDRESS: SW3122 DLA DISTRIBUTION JACKSONVILLE BLDG 175 SWAN ROAD JACKSONVILLE FL 32212-0103 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3122 DLA DISTRIBUTION JACKSONVILLE BLDG 175 SWAN ROAD MICHAEL SKINNER 904-306-6336 JACKSONVILLE FL 32212-0103 US Need Ship Date:12/25/2024 Original Required Delivery Date:01/01/2025 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 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):0120 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% CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 27 PAGES SPE4A7-24-T-219Y SECTION B PR: PRLI: CONT’D 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

16--BAYONET,OXYGEN MASK

Due: 08 May, 2024 (in 8 days)Agency: DEPT OF DEFENSE

FLOW CELL, OXYGEN

Due: 07 May, 2024 (in 7 days)Agency: DEPT OF DEFENSE