BAR ABSORBING, AMMO

From: Federal Government(Federal)
SPE7L3-24-U-1702

Basic Details

started - 25 Apr, 2024 (10 days ago)

Start Date

25 Apr, 2024 (10 days ago)
due - 09 May, 2024 (in 3 days)

Due Date

09 May, 2024 (in 3 days)
Bid Notification

Type

Bid Notification
SPE7L3-24-U-1702

Identifier

SPE7L3-24-U-1702
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 SPE7L3-24-U-1702 SECTION A manufacture, process, or produce is 500 employees if the acquisition is 1) an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award; or 2) uses the HUBZone price evaluation preference to award to a HUBZone concern, unless the concern waived the evaluation preference. DFARS 252.225-7020 TRADE AGREEMENTS CERTIFICATE AND DFARS 252.225-7021 TRADE AGREEMENTS APPLIES ORIGIN INSPECTION REQUIRED - FAR 52.246-2 APPLIES THE MANUFACTURERS INSPECTION SYSTEM AT A MINIMUM MUST COMPLY WITH SAE AS9003 OR ISO 9001 TAILORED TO THE REQUIREMENTS OF SAE AS9003. IF THE STANDARD THAT APPLIES TO YOUR COMPANY IS NOT AVAILABLE ON DIBBS AS A SELECTION, THEN SELECT “OTHER” THEN SPECIFY WHAT “OTHER EQUIVALENT” STANDARD APPLIES. 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 27 PAGES SPE7L3-24-U-1702 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 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 7 OF 27 PAGES SPE7L3-24-U-1702 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:011978093/2590 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 2W693 SPE7L323V7718 45.000 178.00000 20230811 N 2W693 SPE7L323V6859 314.000 163.00000 20230717 N 7Z016 SPE7L320P2022 251.000 137.12000 20191217 N 513V0 SPE7L318P1665P00001 96.000 113.75000 20171126 N 513V0 SPE7L318P1522 75.000 113.75000 20171119 N 7N929 SPM7L313M4564 4.000 104.00000 20130430 N 48406 SP075004D5E360001 93.000 106.80000 20031209 N 48406 SP075003MC786 293.000 124.23000 20021216 N 0GZN8 SP075003MC707 49.000 156.00000 20021122 N 2W693 SP075003MA990 73.000 157.50000 20021031 N 2W693 SP075002ML328 50.000 157.50000 20020910 N 0AG01 SP075000MJ063 267.000 128.00000 19991104 N 0A8T9 SP075096M2063 385.000 79.89000 19960315 N 9S775 DAAE0788P0235 831.000 0.00000 19871103 N 2W693 DAAE0785P4535 175.000 17.67000 19850927 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 27 PAGES SPE7L3-24-U-1702 SECTION A 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 9 OF 27 PAGES SPE7L3-24-U-1702 SECTION B PR: 1000185224 NSN/MATERIAL:2590011978093 ITEM DESCRIPTION BAR ABSORBING,AMMO BAR, FRATRICIDE. PLASTIC AND STEEL. 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 CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. FULL AND OPEN COMPETITION APPLY 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 27 PAGES SPE7L3-24-U-1702 SECTION B RD002, COVERED DEFENSE INFORMATION APPLIES USED ON M1 SERIES TANKS. NOTE: MATERIAL PER ASTM A36 MAY BE USED IN LIEU OF MATERIAL PER ASTM A570. EXCEPTION TO DRAWING 12336607; DO NOT USE THE GREY MATERIAL AS LISTED IN NOTE 2 OF DRAWING(>,)> ONLY THE BLUE MATERIAL AS LISTED IN NOTE 7 IS ACCEPTABLE. RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 19207 12336607 REVISION NR D DTD 05/21/2003 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12336640 REVISION NR B DTD 10/19/1990 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12336642 REVISION NR A DTD 10/19/1990 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12336607 REVISION NR DTD 06/21/2023 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 12916803 REVISION NR C DTD 07/24/2006 PART PIECE NUMBER: LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000185224 0001 EA 12.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:2590011978093 DELIVERY (IN DAYS):0113 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN PREP FOR DELIVERY: PKGING DATA-QUP:001 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 27 PAGES SPE7L3-24-U-1702 SECTION B PR: 1000185224 PRLI: 0001 CONT’D 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 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

25--BAR ABSORBING,AMMO

Due: 09 May, 2024 (in 4 days)Agency: DEPT OF DEFENSE

Aftermarket Parts

Due: 30 Nov, 2024 (in 6 months)Agency: All Using Agencies

Aftermarket Parts

Due: 30 Nov, 2024 (in 6 months)Agency: All Using Agencies

Please Sign In to see more like these.

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