PACKING WITH RETAIN

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7L3-23-U-2839

Basic Details

started - 18 Jul, 2023 (9 months ago)

Start Date

18 Jul, 2023 (9 months ago)
due - 01 Aug, 2023 (9 months ago)

Due Date

01 Aug, 2023 (9 months ago)
Bid Notification

Type

Bid Notification
SPE7L3-23-U-2839

Identifier

SPE7L3-23-U-2839
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 25 PAGES SPE7L3-23-U-2839 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE7L3-23-U-2839 SECTION A 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. 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 25 PAGES SPE7L3-23-U-2839 SECTION A Procurement History for NSN/FSC:010096386/5330 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 38597 SPE4A223F2611P00001 817.000 3.05000 20230112 N 38597 SPE4A223F1636P00001 577.000 3.05000 20221201 N 38597 SPE4A221F3207 89.000 2.42000 20210415 N 38597 SPE4A220F5122 994.000 2.42000 20200828 N 6FN58 SPE5EK20P2072P00001 10000.000 1.95000 20200520 N 2V484 SPE7L320V4067P00001 994.000 2.00000 20200430 N 12516 SPE5EM19V4274 358.000 2.13000 20190501 N 12516 SPE5EY19F9003 1296.000 2.13000 20190220 N 12516 SPE5EY19F7840 270.000 2.13000 20190215 N 12516 SPE5EY19F7369 166.000 2.13000 20190117 N 12516 SPE5EY19F0993 279.000 2.13000 20181019 N 12516 SPE5EY18F160B 378.000 2.13000 20180615 N 12516 SPE5EY18F5932 857.000 2.06000 20180212 N 12516 SPE5EY18F0326 857.000 2.06000 20171006 N 12516 SPE5EN14D00070286 1219.000 2.06000 20170409 N 12516 SPE5EN14D00070239 1055.000 2.05000 20161106 N 12516 SPE5EN14D00070200 966.000 2.05000 20160809 N 12516 SPE5EN14D00070122 1079.000 2.10000 20160119 N 12516 SPE5EN14D00070012 3558.000 2.10000 20140530 N 55345 SPE5E114V1319 2449.000 1.94000 20140218 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 25 PAGES SPE7L3-23-U-2839 SECTION B PR: 1000172158 NSN/MATERIAL:5330010096386 ITEM DESCRIPTION PACKING WITH RETAIN PACKING WITH RETAINER 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. RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES NO ASBESTOS AS DEFINED IN FED-STD-313 IS PERMITTED IN THIS ITEM CRITICAL APPLICATION ITEM PARKER-HANNIFIN CORPORATION 83259 P/N 800-3230-8 FREUDENBERG-NOK GENERAL PARTNERSHIP 1CN74 P/N 837-8 HAMILTON SUNDSTRAND CORPORATION 99167 P/N 930A971-4 LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000172158 0001 EA 1,855.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:5330010096386 DELIVERY (IN DAYS):0093 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:33 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:00 CUSH/DUNN MAT:00 CUSH/DUNN THKNESS:0 UNIT CONT:BE OPI:M INTRMDTE CONT:D3 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE7L3-23-U-2839 SECTION B PR: 1000172158 PRLI: 0001 CONT’D REQUIREMENTS FOR PROCUREMENT FEDERAL SUPPLY CLASSIFICATIONS 5330/5331 CONTAIN NATIONAL STOCK NUMBERS (NSN's) AND LOCAL STOCK NUMBERS (LSN's) THAT MAY DETERIORATE WHEN EXPOSED TO ULTRAVIOLET (UV) RAYS. THE CONTRACTUAL END ITEM SHALL BE PACKAGED AND SEALED IN A MEDIUM DUTY, WATERPROOF, GREASEPROOF, OPAQUE BAG IN ACCORDANCE WITH MIL-DTL-117, TYPE II, CLASS C, STYLE 1. THIS REQUIREMENT APPLIES TO DIRECT VENDOR DELIVERY (DVD), FOREIGN MILITARY SALES (FMS) AND STOCK SHIPMENTS. IP025: PACKAGING, MARKING, AND SHIPPING OF HAZARDOUS MATERIALS * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE7L3-23-U-2839

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

PACKING WITH RETAIN

Due: 06 May, 2024 (in 1 day)Agency: Department of Defense

PACKING WITH RETAIN

Due: 06 May, 2024 (in 1 day)Agency: Department of Defense

PACKING WITH RETAIN

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

Please Sign In to see more like these.

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