SPACER, RING

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A7-23-T-409C

Basic Details

started - 22 Jun, 2023 (10 months ago)

Start Date

22 Jun, 2023 (10 months ago)
due - 29 Jun, 2023 (10 months ago)

Due Date

29 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
SPE4A7-23-T-409C

Identifier

SPE4A7-23-T-409C
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 24 PAGES SPE4A7-23-T-409C SECTION A (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:012085687/5365 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 6R888 SPE4A723PA806P00001 239.000 4.18000 20230531 N 1WAC1 SPE4A618V231N 34.000 15.30000 20180611 N 1WAC1 SPE4A418V6208 34.000 15.30000 20180412 N 1WAC1 SPE4A618V8818 13.000 20.00000 20180222 N 1WAC1 SPE4A617VE203 5.000 28.00000 20170606 N 6PVX3 SPE4A415VC568 5.000 25.00000 20150429 N 1BCX5 SPE4A415VA528 5.000
10.00000 20150325 N 1WAC1 SPE4A614MK740 5.000 30.00000 20140903 N 4R2Y5 SPE4A413VG556P00001 4.000 42.40000 20130731 N 79343 DLA50087AA6521925 15.000 3.56000 19861208 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 6 OF 24 PAGES SPE4A7-23-T-409C SECTION B PR: 7003387450 NSN/MATERIAL:5365012085687 ITEM DESCRIPTION SPACER,RING SPACER,RING 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. 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. RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RT001: MEASURING AND TEST EQUIPMENT MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY INCLUDE RD002 OBJECT TEXT ID ST 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 24 PAGES SPE4A7-23-T-409C SECTION B 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. EDL: CAGE 73030; ENG DRAWING NUM/ ACCOMP DOC NUM 588941; REV BT; DASH NO.-215; ENGINEERING NOTES 1-5 CAGE 73030; ENG DRAWING NUM/ ACCOMP DOC NUM HS178; REV J; W/ADDENDUM ENS: 1. PART MARKING IAW MIL-STD-130, METHOD PER HS333. 2. DIMENSIONS AND TOLERANCES PER ASME Y14.5 IN LIEU OF HS1360. 3. SURFACE TEXTURE PER ASME B46.1. 4. WHEN CHECKED BELOW OR LISTED IN THESE NOTES, DEFINITIONS APPLICABLE TO THIS PRODUCT ARE OR HAVE: Major characteristics. Minor characteristics, all except critical and major. 5. When materials, processes or components are to be obtained from directed sources as indicated herein or in the specifications, alternate sources may only be utilized upon prior approval by the contracting officer of this procuring activity as a deviation. IAW BASIC DRAWING NR 73030 588941 REVISION NR BT DTD 07/20/1993 PART PIECE NUMBER: 588941-215 IAW REFERENCE DRAWING NR 73030 HS1602 REVISION NR A DTD 03/20/1965 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 73030 HS461 REVISION NR L DTD 01/28/2003 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 73030 HS178 REVISION NR J DTD 03/28/2016 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 73030 HS333 REVISION NR AK DTD 01/16/2012 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 73030 HS1550 REVISION NR J DTD 10/04/2007 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 73030 HS178 REVISION NR J1 DTD 02/14/1992 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7003387450 0001 EA 247.000 NSN/MATERIAL:5365012085687 DELIVERY (IN DAYS):0171 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 24 PAGES SPE4A7-23-T-409C SECTION B PR: 7003387450 PRLI: 0001 CONT’D PKGING DATA-QUP:005 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 PARCEL POST ADDRESS: W25G1U W1A8 DLA DISTRIBUTION DDSP NEW CUMBERLAND FACILITY 2001 NORMANDY DRIVE DOOR 113 TO 134 NEW CUMBERLAND PA 17070-5002 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: W25G1U W1A8 DLA DISTRIBUTION DDSP NEW CUMBERLAND FACILITY 2001 NORMANDY DRIVE DOOR 113 TO 134 NEW CUMBERLAND PA 17070-5002 US Need Ship Date:12/18/2023 Original Required Delivery Date:03/02/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 9 OF 24 PAGES CONTINUED ON NEXT PAGE SPE4A7-23-T-409C

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

53--SPACER,RING

Due: 08 May, 2024 (in 3 days)Agency: DEPT OF DEFENSE

53--SPACER,RING

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

SPACER, RING

Due: 09 May, 2024 (in 4 days)Agency: Department of Defense

Please Sign In to see more like these.

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