PRODUCTION LOT TESTING

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A5-24-T-165V

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 03 Apr, 2024 (26 days ago)

Due Date

03 Apr, 2024 (26 days ago)
Bid Notification

Type

Bid Notification
SPE4A5-24-T-165V

Identifier

SPE4A5-24-T-165V
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 SPE4A5-24-T-165V SECTION A 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
href="https://www.apexaccelerators.us/#/" target="_blank">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 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 27 PAGES SPE4A5-24-T-165V SECTION A 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:000049873/1620 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 45934 SPE4A524F4397 3.000 14151.48000 20240111 N 45934 SPE4A521P5898P00002 9.000 18045.21000 20210528 N 45934 SPE4A520F250A 16.000 10639.41000 20200529 N 45934 SPE4A519F647JP00001 9.000 20614.08000 20190531 N 45934 SPE4A519F1591 10.000 12843.30000 20181019 N 45934 SPE4A118F0495P00001 11.000 12493.61000 20180110 N 45934 SPRPA114G003XZ6M401 3.000 27552.18000 20170914 N 45934 SPRPA114G003XZ66Z02 12.000 10668.23000 20160720 N 45934 SPRPA114G003XZ68002 11.000 8347.36000 20150730 N 45934 SPRPA114G003XZ61002 51.000 4136.97000 20141112 N 0EUD7 SP047003MCS16 3.000 695.00000 20030626 N 55284 N0038390GM1077129 6.000 1123.63000 19950214 N 55284 N0038383G39100290 11.000 610.27000 19861030 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 SPE4A5-24-T-165V SECTION B PR: 7006804596 NSN/MATERIAL:1620000049873 ITEM DESCRIPTION LOCK LINK ASSEMBLY LOCK LINK ASSEMBLYRA001: 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. RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR) RD002, COVERED DEFENSE INFORMATION APPLIES RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT 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 Item Unique Identification is not required by request of the Service customer. DFARS 252.211-7003(c)(1)(i) applies. RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for Manufacturers and Non-Manufacturers RT001: MEASURING AND TEST EQUIPMENT MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY Casting/forging may be required to manufacture this NSN and tooling is typically involved. The government may not have this special tooling. For sourcing, tooling, materials or other information, please submit a Casting and Forging Assistance Request at either https://www.dla.mil/Aviation/Offers/Engineering/Forging-and-Casting/ or Land & Maritime Supply Chains DSCC.cast.forge@dla.mil. 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 27 PAGES SPE4A5-24-T-165V SECTION B 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. 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. 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 Characteristics for Drawing P/N 2578111:PERPENDICULAR & PARALLEL .001 IN. PER IN. Dwg 2578111 Sh 1 E4 THIS FACE TO BE .629/.627 FROM CENTER LINE OF .8755/.8740 DIA HOLE Dwg 2578111 Sh 1 E4 .629-.627 Dwg 2578111 Sh 1 D4 PARALLEL TO "A" BASE WITHIN .001 IN. PER IN. & PERPENDICULAR TO THIS CENTER LINE WITHIN .001 IN. PER IN. .18 NOM. WALL/.12 MIN. WALL Dwg 2578111 Sh 1 C4 .8755-.8740 DIA, "A" BASE Dwg 2578111 Sh 1 C5 .18 NOM. WALL/.12 MIN. WALL Dwg 2578111 Sh 1 C6 1.6880-1.6865 DIA. PARALLEL TO "A" WITHIN .001 IN. PER IN. Dwg 2578111 Sh 1 C6 START MACHINING BY EQUALIZING MEAN FORGED CONTOURS WITHIN .03 IN. Dwg 2578111 Sh 1 H8 APPLY PRIMER PER BR-167 TO ALL EXTERNAL SURFACES EXCEPT I.D. OF HOLES AND THREADS. OVERSPRAY OF BORED SURFACES PERMISSIBLE BUT NOT REQUIRED DO NOT PRIME LUBE HOLES OR THREADS Dwg 2578111 Sh 1 H8 NOTE FLAG 12. DO NOT PRIME Dwg 2578111 Sh 1 G8 NOTE FLAG 13. NO FORGING FLASH ALLOWED IN AREAS SHOWN MACHINE IF NECESSARY TO DIMENSION GIVEN Dwg 2578111 Sh 1 G8 INSTALL BUSHING PN 173950. END OF BUSHING TO BE FLUSH TO .012 BELOW EACH FACE OF PN Dwg 2578110 Sh 1 C2 INSTALL BUSHINGS PN 173931 (2 REQUIRED) Dwg 2578110 Sh 1C2 PERPENDICULAR & PARALLEL .001 IN. PER IN. Dwg 2578110 Sh 1 B2 1.0015-.9985 Dwg 2578110 Sh 1B2 PERPENDICULAR .001 IN. PER IN. Dwg 2578110 Sh 1B3 1.5005-1.4990 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 27 PAGES SPE4A5-24-T-165V SECTION B DIA, 63 RMS Dwg 2578110 Sh 1B3 .7505-.7490 DIA THRU, 63 RMS Dwg 2578110 Sh 1B2 BUSHING MUST BE PRESSED TIGHT AGAINST SHOULDER BEFORE MACHINING (TYP BOTH SIDES) Dwg 2578110 Sh 1 B2 PARALLEL .001 IN. PER IN. Dwg 2578110 Sh 1 B2 PRIMER ONLY. DO NOT TOP COAT THIS SURFACE Dwg 2578110 Sh 1 B2 COAT O.D. OF BUSHING WITH MIL-P-23377 AND ASSEMBLE WHILE PRIMER IS WET Dwg 2578110 Sh 1 C3 APPLY TOPCOAT PER BR-167 TO ALL EXTERNAL PRIMED SURFACES ONLY. DO NOT TOPCOAT BUSHING SURFACE OR LUBE FITTINGS Dwg 2578110 Sh 1 C3 NOTE FLAG 11. NO FORGING FLASH ALLOWED IN AREAS SHOWN Dwg 2578110 Sh 1 C3 Casting/forging may be required to manufacture this NSN and tooling is typically involved. The government may not have this special tooling. For sourcing, tooling, materials or other information, please submit a Casting and Forging Assistance Request at either https://www.dla.mil/Aviation/Offers/Engineering/Forging-and-Casting/ or Land & Maritime Supply Chains DSCC.cast.forge@dla.mil. CRITICAL APPLICATION ITEM ONTIC ENGINEERING & MANUFACTURING, INC 45934 P/N 2578110 IAW REFERENCE QAP 13873 SQAP-000049873 REVISION NR DTD 07/18/2017 PART PIECE NUMBER: IAW REFERENCE QAP 13873 CDRL-000049873-17313 REVISION NR DTD 11/09/2017 PART PIECE NUMBER: IAW REFERENCE QAP 13873 QAP-106 REVISION NR B DTD 07/09/2012 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7006804596 0001 EA 5.000 NSN/MATERIAL:1620000049873 DELIVERY (IN DAYS):0338 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:41 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:00 CUSH/DUNN MAT:NA CUSH/DUNN THKNESS:C UNIT CONT:E5 OPI:M 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: SW3218 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 27 PAGES SPE4A5-24-T-165V SECTION B PR: 7006804596 PRLI: 0001 CONT’D 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 US Need Ship Date:09/09/2024 Original Required Delivery Date:12/20/2025 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 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% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN Need Ship Date:00/00/0000 Original Required Delivery Date:00/00/0000 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * PRODUCTION LOT TEST APPROVAL - CONTRACTOR TESTING REQUIRED (REFER TO PROCUREMENT NOTE E03 FOR ADDITIONAL INFORMATION) CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 27 PAGES SPE4A5-24-T-165V SECTION B PR: PRLI: CONT’D CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0003 0000000000 EA 1.000 NSN/MATERIAL:S00000062 DELIVERY (IN DAYS):0338 THIS LINE ITEM SIGNIFIES THE PRODUCTION LOT TEST REQUIREMENT (PLT). DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% 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

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.