CABLE ASSEMBLY, SPEC

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A6-23-U-1811

Basic Details

started - 27 Jul, 2023 (9 months ago)

Start Date

27 Jul, 2023 (9 months ago)
due - 10 Aug, 2023 (8 months ago)

Due Date

10 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification
SPE4A6-23-U-1811

Identifier

SPE4A6-23-U-1811
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 26 PAGES SPE4A6-23-U-1811 SECTION A Fast Pay does not apply to this solicitation Due to the volatility of demands, and frequent quantity changes on open purchase requests, offerors are highly encouraged to submit quantity ranges when quoting. If a PR is evaluated manually, quoting ranges provides the buyer the option to combine requirements or reduce the quantity as needed without resoliciting or adding any additional administrative burden for either party involved when making an award. 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. 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 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, CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 26 PAGES SPE4A6-23-U-1811 SECTION A 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. 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 26 PAGES SPE4A6-23-U-1811 SECTION A Procurement History for NSN/FSC:014971906/6150 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 0HS46 SPE4A623PN688P00001 143.000 987.00000 20230517 N 32865 SPE4A619F7471 100.000 992.54000 20181221 N 32865 SPE4A618F125S 100.000 991.93000 20180403 N 24290 SPE4A615D02430003NO 100.000 990.75000 20170215 N 32865 SPE4A615D0243000301 100.000 990.75000 20170215 N 24290 SPE4A615D02430001 100.000 990.18000 20150804 N 24290 SPE4A415M0969 66.000 1548.82000 20150424 N 24290 SPE4A614ML312 105.000 1184.45000 20140911 N 586G2 SPE4A414VM282P00001 49.000 1658.00000 20140828 N 24290 SPE4A614MC542P00002 134.000 1072.97000 20140409 N 24290 SPM4A611MMU79 50.000 1268.00000 20110708 N 24290 W52H0906G0001YM0401 31.000 1568.62000 20110224 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 26 PAGES SPE4A6-23-U-1811 SECTION B PR: 1000171665 NSN/MATERIAL:6150014971906 ITEM DESCRIPTION CABLE ASSEMBLY,SPEC CABLE ASSEMBLY,SPECIAL PURPOSE,ELECTRICAL RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT 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. RD002, COVERED DEFENSE INFORMATION APPLIES 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. RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 26 PAGES SPE4A6-23-U-1811 SECTION B 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. RT001: MEASURING AND TEST EQUIPMENT RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR) THE TECHNICAL/QUALITY/TEST REQUIREMENTS FOR CITED P/N WILL BE IN CONFORMANCE WITH THE LISTED DRAWING. APPROVED SOURCES: DRS TEST & ENERGY MANANGEMENT, LLC Cage: 24290 P/N: PR60382-060 MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY THIS IS A SOURCE CONTROLLED ITEM WHICH MUST BE MANUFACTURED AND TESTED IN ACCORDANCE WITH THE CITED LIMITED RIGHTS DATA. THE GOVERNMENT CAN- NOT PROVIDE THE DATA. ONLY THOSE VENDORS WHO HAVE ACCESS TO THE DATA OR CAN PROVIDE TRACE- ABILITY TO THE APPROVED SOURCES SHOULD QUOTE. SAR PACKAGE IS REQUIRED IF YOUR COMPANY IS CONSIDERING SOURCE APPROVAL. CRITICAL APPLICATION ITEM DRS NETWORK & IMAGING SYSTEMS, LLC 24290 P/N PR60382-060 IAW BASIC DRAWING NR 19200 12579607 REVISION NR C DTD 08/04/2009 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 12992347 REVISION NR C DTD 07/06/2017 PART PIECE NUMBER: 12992347-060 IAW REFERENCE DRAWING NR 19200 12992347 REVISION NR B DTD 02/19/2013 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 12992347-060 REVISION NR DTD 01/10/2023 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 12992347-060 REVISION NR DTD 04/23/2020 PART PIECE NUMBER: LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000171665 0001 EA 229.000 * This is an estimated quantity and may not be purchased by the IDC. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 26 PAGES SPE4A6-23-U-1811 SECTION B PR: 1000171665 PRLI: 0001 CONT’D NSN/MATERIAL:6150014971906 DELIVERY (IN DAYS):0157 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:ZZ CLNG/DRY:Z PRESV MAT:ZZ WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:Z UNIT CONT:ZZ OPI:A INTRMDTE CONT:ZZ INTRMDTE CONT QTY:ZZZ 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 PACKAGING SHALL BE IAW DWG 12992347 AND SPI# AM12992347 DTD 04/23/2020. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 26 PAGES CONTINUED ON NEXT PAGE SPE4A6-23-U-1811

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

CABLE ASSEMBLY, SPEC

Due: 29 Apr, 2024 (Tomorrow)Agency: Department of Defense

CABLE ASSEMBLY, SPEC

Due: 29 Apr, 2024 (Tomorrow)Agency: Department of Defense

CABLE ASSEMBLY, SPEC

Due: 29 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.