HARNESS SET, AIRCRAF

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A7-23-T-552B

Basic Details

started - 08 Aug, 2023 (8 months ago)

Start Date

08 Aug, 2023 (8 months ago)
due - 15 Aug, 2023 (8 months ago)

Due Date

15 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification
SPE4A7-23-T-552B

Identifier

SPE4A7-23-T-552B
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 SPE4A7-23-T-552B SECTION A 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 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE4A7-23-T-552B SECTION A Procurement History for NSN/FSC:015320907/1680 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 1WZZ2 SPE4A723P3472P00001 7.000 7923.00000 20221213 N 2U435 SPE4A722PE285 4.000 11618.00000 20220812 N 1WZZ2 SPE4A722P9689 5.000 9297.00000 20220503 N 0HS46 SPE4A722V1153P00001 1.000 8194.00000 20220107 N 0RCD8 SPE4A721PE722P00001 1.000 10212.00000 20210929 N 7DWH2 SPE4A720P4874P00001 17.000 10198.00000 20200227 N 2U435 SPE4A720P2894 16.000 10199.00000 20191129 N 2U435 SPE4A720P0463 11.000 10269.00000 20191004 N 7DWH2 SPE4A720P0461P00001 5.000 10184.21000 20191004 N 7DWH2 SPE4A719PD796P00001 7.000 11214.70000 20190823 N 0HS46 SPE4A719P1961P00001 7.000 9841.00000 20181108 N 0HS46 SPE4A418V5805 11.000 9481.00000 20180330 N 3B1R2 SPE4A718F2408 9.000 8543.51000 20171204 N 0HS46 SPE4A717P8645 5.000 7581.00000 20170420 N 1WZZ2 SPE4A717P0796 5.000 7279.00000 20161019 N 1WZZ2 SPE4A716V2394 5.000 7127.00000 20160907 N 1XLG2 SPE4A715M3477 5.000 7126.55000 20150122 N 50561 N0038313PF170 5.000 0.56000 20130412 N 3B1R2 SPRPA109G004YGB3R 5.000 0.57000 20120327 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 25 PAGES SPE4A7-23-T-552B SECTION B PR: 7001692390 NSN/MATERIAL:1680015320907 ITEM DESCRIPTION HARNESS SET,AIRCRAF HARNESS SET,AIRCRAFT 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. RD002, COVERED DEFENSE INFORMATION APPLIES RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES Item Unique Identification is not required by request of the Service customer. DFARS 252.211-7003(c)(1)(i) applies. MFG IAW DWG (97499) 901-376-825 REV: "J" OR HIGHER. APPROVED SOURCES: 97499, 50561 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. ACQUISITION OF THIS PART IS RESTRICTED TO THE SOURCE(S) SPECIFIED ON THE SOURCE CONTROL DRAWING. ALTERNATE OFFERS WILL NOT BE ACCEPTED. USE PROCUREMENT NOTE L22. CRITICAL APPLICATION ITEM CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 25 PAGES SPE4A7-23-T-552B SECTION B WOVEN ELECTRONICS LLC 50561 P/N 2U02325-123 BELL TEXTRON INC 97499 P/N 901-376-825-123 IAW BASIC DRAWING NR 97499 901-376-825 REVISION NR J DTD 10/14/2008 PART PIECE NUMBER: 901-376-825-123 IAW REFERENCE DRAWING NR 97499 901-376-825 REVISION NR E DTD 07/07/2005 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7001692390 0001 EA 10.000 NSN/MATERIAL:1680015320907 DELIVERY (IN DAYS):0243 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN 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: SW3113 DLA DISTRIBUTION CHERRY POINT PHANTOM RD BLDG 147 BAY A CHERRY POINT NC 28533-5040 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3113 DLA DISTRIBUTION CHERRY POINT PHANTOM RD BLDG 147 BAY A CHERRY POINT NC 28533-5040 US CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE4A7-23-T-552B SECTION B PR: 7001692390 PRLI: 0001 CONT’D Need Ship Date:08/16/2023 Original Required Delivery Date:12/11/2023 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE4A7-23-T-552B

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

66--TEST SET,ELECTRONIC

Due: 02 May, 2024 (in 3 days)Agency: DEPT OF DEFENSE

POPPET ASSY, AIRCRAF

Due: 03 May, 2024 (in 3 days)Agency: Department of Defense

TRANSMITTER,AIRCRAF

Due: 29 Apr, 2024 (Today)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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