SUPPORT ASSY

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A7-24-T-2677

Basic Details

started - 15 Nov, 2023 (5 months ago)

Start Date

15 Nov, 2023 (5 months ago)
due - 22 Nov, 2023 (5 months ago)

Due Date

22 Nov, 2023 (5 months ago)
Bid Notification

Type

Bid Notification
SPE4A7-24-T-2677

Identifier

SPE4A7-24-T-2677
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 SPE4A7-24-T-2677 SECTION A 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. Procurement History for NSN/FSC:000773273/1560 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 3WGD1 SPE4A723P9071 336.000 142.89000 20230419 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 28 PAGES SPE4A7-24-T-2677 SECTION A Procurement History for NSN/FSC:000773273/1560 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 3WGD1 SPE4A723P8051P00001 189.000 208.73000 20230410 N 0REY5 SPE4A723P1317P00001 398.000 40.40000 20221027 N 4V995 SPE4A722PD361P00001 398.000 36.00000 20220817 N 7WBP9 SPE4A721P6429P00002 350.000 34.00000 20210311 N 4V995 SPE4A720P7995P00004 397.000 38.00000 20200403 N 3WGD1 SPE4A720P8050P00001 148.000 222.88000 20200331 N 98747 SPE4A917Z0372P00002 600.000 1074.00000 20170524 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 28 PAGES SPE4A7-24-T-2677 SECTION B PR: 7004961029 NSN/MATERIAL:1560000773273 ITEM DESCRIPTION SUPPORT ASSY SUPPORT ASSY 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: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 28 PAGES SPE4A7-24-T-2677 SECTION B 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. RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for Manufacturers and Non-Manufacturers RT001: MEASURING AND TEST EQUIPMENT NORTHROP GRUMMAN LICENSING AGREEMENT: A NORTHROP GRUMMAN LICENSE AGREEMENT 14 RESTRICTED TECHNICAL DATA PACKAGE EXISTS FOR THIS ITEM. DATA NON-DISCLOSURE AND DATA DESTRUCTION CONDITIONS APPLY. VENDORS MUST COMPLETE AND RETURN THE FORMS LOCATED IN THE "14 NORTHROP GRUMMAN CORP T-38, F-5" LICENSE AGREEMENT FOLDER AVAILABLE AT https://pcf1x.bsm.dla.mil/cFolders IUID This item requires Item Unique Identification (IUID) in accordance with the enclosed/referenced IUID technical requirements and MIL-STD-130. DFARS 252.211-7003 clause applies. THIS IS AN AIR FORCE DESIGNATED 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. 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. ENGINEERING DATA REQUIREMENTS: 1.UNIQUE IDENTIFICATION (UID) SHALL BE APPLIED PER DRAWING 200925111, CAGE 98747 & MIL-STD-130 IN LIEU OF IM-8. THE UID SHALL BE A MACHINE-READABLE INFORMATION (MRI) MARK. THE MRI SHALL BE ACCOMPANIED BY A HUMAN-READABLE INFORMATION (HRI) MARKING WHICH IS LIMITED TO 16 ALPHANUMERIC CHARACTERS INCLUDING THE VENDOR CAGE (FSCM) OF THE CONTRACTOR NAMED ON THE CONTRACT, DATE OF MANUFACTURE IN THE FORMAT MMYY, AND A UNIQUE 4 DIGIT NUMBER STARTING WITH 0001 IN A NUMERICAL CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 28 PAGES SPE4A7-24-T-2677 SECTION B ORDER OF MANUFACTURE. THE HRI SHALL APPEAR AS “SN 8175501090001”. THE HEIGHT OF EACH ALPHANUMERIC CHARACTER SHALL BE A MAXIMUM OF .125 INCHES. 2.SURFACE ROUGHNESS PER ASME B46.1 IN LIEU OF MIL-STD-10 3.PIPE, TUBE PER SAW AMS-WW-T-700 IN LIEU OF WW-T-785 4.ALUMINUM ALLOY BARS, RODS, PER SAW AMS-QQ-A-200 IN LIEU OF QQ-A-267 5.FOR THE PURPOSES OF INTERPRETING NFS-70, THIS PART IS TO BE CONSIDERED AN INTERNAL PART IN THE PERSONNEL COMPARTMENT. 6.TAG PART WITH THE FOLLOWING: MATCH TOP COAT AND EXTERIOR MARKINGS UPON INSTALLATION. GOVERNMENT FIRST ARTICLE TESTING REQUIREMENTS 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. A.PERFORMANCE OR OTHER CHARACTERISTICS WHICH THE FIRST ARTICLES MUST MEET ARE IN CONFORMANCE WITH ALL DRAWINGS, MYLARS, AND FORM, FIT, AND FUNCTION. B.,,THE DETAILED TECHNICAL REQUIREMENTS FOR FIRST ARTICLE APPROVAL TESTS ARE CONTAINED IN MYLARS AND DRAWINGS. THE GOVERNMENT RESERVES THE RIGHT TO TEST TO ANY SPEC. IN THE CONTRACT. FIRST ARTICLE DELIVERY ADDRESS: DODAAC:FB2029 MARK AS "FIRST ARTICLE. DO NOT SEND TO SUPPLY. OO-ALC/809 MXSS/MXDEB BLDG 849 ATTN: NON-ACCOUNTABLE BAY HILL AIR FORCE BASE, UT 84056-5713 PLEASE ENSURE THE WORDS 'FIRST ARTICLE' ARE MARKED ON THE OUTSIDE OF THE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 28 PAGES SPE4A7-24-T-2677 SECTION B BOX IN LARGE CONSPICUOUS LETTERS. CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 76823 2-73372 REVISION NR D DTD 09/05/1973 PART PIECE NUMBER: 2-73372-1 IAW REFERENCE DRAWING NR 76823 10Y201 REVISION NR AG DTD 09/27/1985 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 76823 FH-1 REVISION NR M DTD 12/09/2005 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 76823 FH-1 REVISION NR M DTD 12/20/2012 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 76823 NFS-70 REVISION NR G DTD 01/19/2005 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 76823 NFS-70 REVISION NR G DTD 05/25/1973 PART PIECE NUMBER: IAW REFERENCE QAP 13873 QAP-E09 REVISION NR A DTD 04/27/2004 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98747 200925111 REVISION NR E DTD 10/19/2012 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98747 200925111 REVISION NR E DTD 06/21/2018 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 76823 2-73374 REVISION NR B DTD 05/06/1964 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 76823 2-73375 REVISION NR C DTD 05/05/1964 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 76823 2-73372 REVISION NR D DTD 12/01/2012 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 76823 2-73375 REVISION NR C DTD 03/15/2017 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 76823 2-73374 REVISION NR B DTD 03/15/2017 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7004961029 0001 EA 2.000 NSN/MATERIAL:1560000773273 DELIVERY (IN DAYS):0294 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 28 PAGES SPE4A7-24-T-2677 SECTION B PR: 7004961029 PRLI: 0001 CONT’D 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:10 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:JA CUSH/DUNN MAT:NA CUSH/DUNN THKNESS:C UNIT CONT:E5 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: SW3210 DLA DISTRIBUTION DEPOT HILL 7537 WARDLEIGH RD HILL AFB UT 84056-5734 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3210 DLA DISTRIBUTION DEPOT HILL 7537 WARDLEIGH RD BLDG 849W CML 385 519 8898 HILL AFB UT 84056-5734 US Need Ship Date:04/15/2024 Original Required Delivery Date:09/28/2025 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0002 7004961029 0002 EA 208.000 NSN/MATERIAL:1560000773273 DELIVERY (IN DAYS):0294 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0%

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

10--SUPPORT ASSY

Due: 13 May, 2024 (in 8 days)Agency: DEPT OF DEFENSE

SUPPORT ASSY

Due: 13 May, 2024 (in 8 days)Agency: Department of Defense