WRENCH, SAFING, MED

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A6-24-T-47D7

Basic Details

started - 12 Apr, 2024 (18 days ago)

Start Date

12 Apr, 2024 (18 days ago)
due - 19 Apr, 2024 (11 days ago)

Due Date

19 Apr, 2024 (11 days ago)
Bid Notification

Type

Bid Notification
SPE4A6-24-T-47D7

Identifier

SPE4A6-24-T-47D7
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 SPE4A6-24-T-47D7 SECTION A 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. Expedited delivery is encouraged for this item. In the instance that CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 27 PAGES SPE4A6-24-T-47D7 SECTION A an automated evaluation is not used for this solicitation, Contracting Officers may consider an evaluation preference for quotes/offers of fewer delivery days than the number of delivery days requested by the Government. Therefore, suppliers are encouraged to submit their best possible delivery schedule. Procurement History for NSN/FSC:009317288/5120 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 6M132 SPE4A724P5396 12.000 1051.00000 20231222 N 6M132 SPE4A618PJ047P00002 14.000 750.00000 20180621 N 6M132 SPE4A618PC673P00003 11.000 750.00000 20180327 N 6M132 SPE4A618PA804P00002 15.000 750.00000 20180226 N 75245 SPE4A618P0549P00001 6.000 876.00000 20171010 N 1L3U4 SPE4A616MF569P00001 28.000 580.00000 20160617 N 5AET3 SPM4A611MPQ14 40.000 122.00000 20110817 N 64ZD0 SPM4A611MNB07 9.000 269.00000 20110714 N 05WG0 SPM4A610MC917 16.000 300.00000 20100209 N 05WG0 SPM4A610M9664 6.000 340.00000 20100104 N 50F49 SPM4L108M2613 10.000 360.00000 20080821 N 4MDB8 SPM4L107M0892P00001 6.000 554.00000 20070425 N 05WG0 SPM4L107V0061 8.000 498.00000 20061002 N 26784 SP040006V4518 3.000 735.00000 20060613 N 75245 SP040006V2210 2.000 975.00000 20060210 N 26784 SP040006V1678 7.000 601.43000 20060110 N 26784 SP040099M2802 9.000 440.75000 19990113 N 26784 SP049096MQE29 9.000 435.25000 19960711 N 26784 F4260086C0988 36.000 122.10000 19860610 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 7 OF 27 PAGES SPE4A6-24-T-47D7 SECTION B PR: 7007177804 NSN/MATERIAL:5120009317288 ITEM DESCRIPTION WRENCH,SAFING,MED WRENCH, SAFING, MEDIUM 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 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. Item Unique Identification is not required by request of the Service customer. DFARS 252.211-7003(c)(1)(i) applies. RQ042: Non-Tailored Higher-Level Quality Requirements (ISO 9001:2015) for Manufacturers and Non-Manufacturers RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RD002, COVERED DEFENSE INFORMATION APPLIES 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 27 PAGES SPE4A6-24-T-47D7 SECTION B 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. RT001: MEASURING AND TEST EQUIPMENT 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 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. * ENGINEERING DATA LIST Cage 98747,,Dwg 65B32344,,Ref A,,Remarks: W/EO 86A140 * EXCEPTIONS: MIL-STD-2073-1C IN LEIU OF MIL-P-116 SAE-AMS-C-9084 IN LEIU OF MIL-R-9299 SAE-AMS-9084 IN LEIU OF MIL-P-9299 Casting/forging may be required to manufacture this NSN and tooling is typically involved. The government may not have this special tooling. For sourcing, tooling, materials or other information, please submit a Casting and Forging Assistance Request at either https://www.dla.mil/Aviation/Offers/Engineering/Forging-and-Casting/ or Land & Maritime Supply Chains DSCC.cast.forge@dla.mil. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 27 PAGES SPE4A6-24-T-47D7 SECTION B CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 98747 65D32340 REVISION NR C DTD 12/12/1967 PART PIECE NUMBER: 65D32340-90 IAW REFERENCE DRAWING NR 98747 65B32345 REVISION NR C DTD 11/15/1967 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98747 65C32347 REVISION NR C DTD 11/17/1967 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98747 65C32348 REVISION NR A DTD 11/17/1967 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98747 65B32341 REVISION NR DTD 01/13/1966 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98747 65B32342 REVISION NR DTD 01/13/1966 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98747 65B32343 REVISION NR A DTD 05/08/1986 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98747 65B32346 REVISION NR DTD 01/13/1966 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98747 65C32349 REVISION NR B DTD 09/13/1966 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98747 65C32350 REVISION NR A DTD 09/13/1966 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98747 65B32344 REVISION NR DTD 01/12/1966 PART PIECE NUMBER: IAW REFERENCE QAP 13873 SQAP009317288 REVISION NR DTD 03/17/2016 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98747 65B32344 REVISION NR A DTD 04/14/1986 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7007177804 0001 EA 10.000 NSN/MATERIAL:5120009317288 DELIVERY (IN DAYS):0531 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 27 PAGES SPE4A6-24-T-47D7 SECTION B PR: 7007177804 PRLI: 0001 CONT’D ACCEPTANCE POINT: ORIGIN PREP FOR DELIVERY: PKGING DATA-QUP:001 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: W62G2T W1A8 DLA DIST SAN JOAQUIN 25600 S CHRISMAN ROAD REC WHSE 57 TRACY CA 95304-5000 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: W62G2T W1A8 DLA DIST SAN JOAQUIN 25600 S CHRISMAN ROAD REC WHSE 57 TRACY CA 95304-5000 US Need Ship Date:10/08/2024 Original Required Delivery Date:05/24/2025 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 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):0180 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 27 PAGES SPE4A6-24-T-47D7 SECTION B PR: PRLI: CONT’D 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 ACCEPTANCE POINT: ORIGIN Need Ship Date:00/00/0000 Original Required Delivery Date:00/00/0000 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

WRENCH, TORQUE

Due: 01 May, 2024 (Tomorrow)Agency: Department of Defense

WRENCH, SPANNER

Due: 01 May, 2024 (Tomorrow)Agency: Department of Defense

WRENCH,TORQUE

Due: 02 May, 2024 (in 2 days)Agency: DEPT OF DEFENSE