GOVERNMENT FIRST ARTIC

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A7-23-T-508B

Basic Details

started - 24 Jul, 2023 (9 months ago)

Start Date

24 Jul, 2023 (9 months ago)
due - 31 Jul, 2023 (9 months ago)

Due Date

31 Jul, 2023 (9 months ago)
Bid Notification

Type

Bid Notification
SPE4A7-23-T-508B

Identifier

SPE4A7-23-T-508B
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 SPE4A7-23-T-508B 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:001032544/2840 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 66905 SPE4A721F0491 5.000 1885.25000 20201018 N 66905 SPE4AX20F3817 9.000 1885.25000 20200514 N 66905 SPE4AX20F3416 17.000 1885.25000 20200410 N 66905 SPE4AX20F1653 5.000 1885.25000 20200108 N 66905 SPE4A716V1055 9.000 1885.25000 20160217 N 66905 SPE4A716M5304 15.000 1885.25000 20160216 N 66905 SPE4A715M8833 6.000 1885.25000 20150713 N 513V0 SPE4A715M6241P00001 14.000 1800.00000 20150415 N 66905 SPE4A714M5072P00001 9.000 1885.25000 20140127 N 66905 SPE4A714M4813 14.000 1885.25000 20140123 N 66905 SPE4A712M2057 9.000 1885.25000 20120531 N 66905 SPM4A711MA834P00001 4.000 1714.29000 20101103 N 66905 SPM4A710MB038P00001 4.000 1714.29000 20100422 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 26 PAGES SPE4A7-23-T-508B SECTION B PR: 7003653625 NSN/MATERIAL:2840001032544 ITEM DESCRIPTION HOUSING,ANTIFRICTIO HOUSING, ANTIFRICTION BEARING RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT 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 MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY 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. 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 26 PAGES SPE4A7-23-T-508B SECTION B 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. RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for Manufacturers and Non-Manufacturers RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR) This NSN has been identified as Critical Item Managed (CIM) and assigned a Special Procedure Code (SPC) 06. Technical/Quality requirements shall be processed in accordance with DLA Technical and Quality Deskbook Appendix 15. Associated Checklist will accompany Purchase Requisition routing. Both T/Q Deskbook Appendix 15 and SPC 06 Checklist can be obtained at: Appendix 15: https://eworkplace.dla.mil/sites/S14/j3/SD/J3%20Policies%20and%20Procedu re/Technical%20Quality/TQ_Deskbook/Appendix%2015%20Critical%20Item%20Management%20for%20CSIs.pdf CIM Checklist: https://www2.dla.mil/officialForms/files1/dl0013.pdf 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. RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 26 PAGES SPE4A7-23-T-508B SECTION B RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN CRITICAL APPLICATION ITEM ROLLS-ROYCE CORPORATION 63005 P/N 6877390-5 PACIFIC SKY SUPPLY, INC. 66905 P/N 6877390-5 IAW REFERENCE DRAWING NR 63005 EDT-501 REVISION NR 4 DTD 12/04/1986 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 63005 EIS502 REVISION NR N DTD 02/28/1989 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 73342 EDI-308 REVISION NR B DTD 12/11/1968 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 73342 EIS1000 REVISION NR F DTD 08/29/1975 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 73342 EPS-216 REVISION NR V DTD 03/12/1976 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 63005 EDT-500 REVISION NR 12 DTD 07/21/1999 PART PIECE NUMBER: IAW REFERENCE QAP 77445 MQR-PSD-1 REVISION NR 2 DTD 10/29/2019 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 63005 6877390 REVISION NR P DTD 07/26/2001 PART PIECE NUMBER: 6877390-5 CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7003653625 0001 EA 11.000 NSN/MATERIAL:2840001032544 DELIVERY (IN DAYS):0654 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP:001 PRES MTHD:41 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:GB 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 26 PAGES SPE4A7-23-T-508B SECTION B PR: 7003653625 PRLI: 0001 CONT’D SPECIAL MARKING CODE:00 -00 No special marking 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:01/10/2024 Original Required Delivery Date:08/20/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 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):0372 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 26 PAGES SPE4A7-23-T-508B SECTION B PR: PRLI: CONT’D ACCEPTANCE POINT: ORIGIN Need Ship Date:00/00/0000 Original Required Delivery Date:00/00/0000 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 26 PAGES CONTINUED ON NEXT PAGE SPE4A7-23-T-508B

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

CONTRACTOR FIRST ARTIC

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

CONTRACTOR FIRST ARTIC

Due: 30 Apr, 2024 (in 1 day)Agency: Department of Defense

CONTRACTOR FIRST ARTIC

Due: 30 Apr, 2024 (in 1 day)Agency: Department of Defense

Please Sign In to see more like these.

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