SCREW, MACHINE

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A6-23-U-0338

Basic Details

started - 25 Jan, 2023 (14 months ago)

Start Date

25 Jan, 2023 (14 months ago)
due - 08 Feb, 2023 (13 months ago)

Due Date

08 Feb, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
SPE4A6-23-U-0338

Identifier

SPE4A6-23-U-0338
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 SPE4A6-23-U-0338 SECTION A Fast Pay does not apply to this solicitation Offerors are encouraged to submit price break information (not Auto IDC) with their quotes. Solicitations which are manually evaluated and awarded at increased quantities may be awarded based on the price break information submitted with the offeror's original quotation without further solicitation or discussion. 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. DLA funds Procurement Technical Assistance Centers (PTACs) to increase the number of U.S. businesses capable of bidding and performing on local, state, and federal government contracts. PTACs have government contracting experts available to assist suppliers at no cost. Visit our website to find your local PTAC: http://www.dla.mil/HQ/SmallBusiness/PTAP.aspx 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 – CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 26 PAGES SPE4A6-23-U-0338 SECTION A REPRESENTATION. Caution Notice: Offerors are required to comply with domestic material restrictions. The Berry Amendment, the Buy American Act, and other domestic material restriction 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. Procurement History for NSN/FSC:013779595/5305 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 0NFB8 SPE4A623F5577 1.000 0.21000 20230113 N 0NFB8 SPE4A623F0934 802.000 0.21000 20221014 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 26 PAGES SPE4A6-23-U-0338 SECTION A Procurement History for NSN/FSC:013779595/5305 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 0NFB8 SPE4A622F413F 102.000 0.21000 20220916 N 0NFB8 SPE4A622F258U 199.000 0.21000 20220715 N 0NFB8 SPE4A622F8899 801.000 0.24000 20220228 N 0NFB8 SPE4A622F8177 1000.000 0.24000 20220217 N 0NFB8 SPE4A622F3241 500.000 0.24000 20211118 N 0NFB8 SPE4A622F0786 500.000 0.24000 20211007 N 0NFB8 SPE4A621F407G 501.000 0.24000 20210813 N 0NFB8 SPE4A621F231P 822.000 0.24000 20210618 N 0NFB8 SPE4A621F085H 751.000 0.24000 20210419 N 0NFB8 SPE4A621F001N 606.000 0.24000 20210319 N 2V484 SPE4A621V7039 2381.000 0.25000 20201215 N 3G1W3 SPE5E218V021D 4578.000 0.21000 20180820 N 0NFB8 SPE5E218V9784 1606.000 0.52000 20180726 N 46YF5 SPE5E215V3888 2273.000 0.30000 20150225 N 3G1W3 SPM5AZ09D00810652 1429.000 0.22000 20140404 N 3G1W3 SPM5AZ09D00810589 438.000 0.21000 20130611 N 3G1W3 SPM5AZ09D00810093 10.000 0.21000 20100204 N 3G1W3 SPM5AZ09D00810059 10.000 0.21000 20100106 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 26 PAGES SPE4A6-23-U-0338 SECTION B PR: 1000161416 NSN/MATERIAL:5305013779595 ITEM DESCRIPTION SCREW,MACHINE SCREW, MACHINE RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT 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 - UNIT OF ISSUE IS PG (50 each) EFFECTIVE 02/01/2023 - (89954)G.E.CORPORATION 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. ALTERED ITEM DRAWING: SAME AS MS35206-226 EXCEPT G.E. PART HAS BLACK IRIDITE FINISH NOTE** MS35206-226 SHALL BE ALTERED TO MEET THE REQUIREMENTS OF DRAWING 926C171 MIL-STD-130N, 16 Nov 2012 IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY ALTERED ITEM THE DRAWING(S) LISTED BELOW ARE AVAILABLE AT DLA DURING *OPEN SOLICITATION ONLY*. TO RECEIVE A COPY OF THE DRAWING(S), FOR EBS SOLICITATIONS USE URL HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFQ/ AWARDS OF THIS NSN MUST BE SOURCE INSPECTED UNLESS AWARDED TO A QSLM/QSLD SUPPLIER THAT IS LISTED ON THE APPLICABLE QSL LIST AND SUPPLYING MATERIAL THAT IS IN COMPLIANCE WITH THE QSL PROGRAM. IS072: QUALIFIED SUPPLIERS LIST FOR MANUFACTURERS/QUALIFIED SUPPLIERS LIST FOR DISTRIBUTORS (QSLM/QSLD) REQUIREMENT (DLA TROOP SUPPORT OCTOBER 1999) FOR FSC'S 5305, 5306, 5307 AND 5310 (NUTS). ONLY MANUFACTURERS/DISTRIBUTORS LISTED ON THE QSLM/QSLD ARE ELIGIBLE FOR CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 26 PAGES SPE4A6-23-U-0338 SECTION B AN AWARD PURSUANT TO THIS SOLICITATION (CLASS 2 FASTENERS). SUPPLIERS NOT QUOTING IN COMPLIANCE WITH THE QSLM/QSLD REQUIREMENT MUST INDICATE THEY ARE DEVIATING FROM THE REQUIREMENTS OF THE SOLICITATION. ANY BID/QUOTE/OFFER/BASED ON A PRODUCT SUPPLIED BY OTHER THAN AN APPROVED QSL DISTRIBUTOR, EVEN THOUGH THE PRODUCT MIGHT HAVE BEEN MANUFACTURED IN ACCORDANCE WITH THE DRAWING(S) AND/OR SPECIFICATION(S) AS CITED IN THE PURCHASE ORDER TEXT (POT) IS A BID/QUOTE/OFFER WITH EXCEPTION AND MUST BE SO INDICATED BY THE QUOTER/OFFEROR. ANY PRODUCT FURNISHED UNDER A CONTRACT OR ORDER FOR A PRODUCT DESIGNATED AS PART OF THE QSL PROGRAM, UNLESS SPECIFICALLY AUTHORIZED BY THE GOVERNMENT IN WRITING, MUST FULLY COMPLY WITH THE TERMS AND CONDITIONS OF THE QSL PROGRAM. ANY PRODUCT, WHICH DOES NOT FULLY COMPLY WILL BE CONSIDERED AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. FOR THIS SOLICITATION, AND ANY RESULTING ORDER ISSUED TO AN APPROVED QSLM/QSLD SUPPLIER WHOSE QUOTE IS BASED ON COMPLIANCE WITH THE QSL PROGRAM, (EXCEPT IN THE CASE OF FMS (FOREIGN MILITARY SALE) REQUIREMENTS), REFERENCES TO SOURCE INSPECTION ARE HEREBY WAIVED. IN SUCH CASES, COQC, PVT, QAP-EQ003, ASQ H1331, AND RQ006: QUALITY CONFORMANCE INSPECTION REQUIREMENTS, IF REFERENCED, DO NOT APPLY. FOR MORE INFORMATION ABOUT THE QSL PROGRAM GO TO THE FOLLOWING WEBSITE: https://www.dla.mil/What-DLA-Offers/Consumable-Hardware/Qualified-Suppli ers-List/ -OR- EMAIL: AviationQSL@dla.mil Qualification requirements in procurement note #M03 Qualified Suppliers List for Manufacturers (QSLM)/Qualified Suppliers List for Distributors (QSLD) for DLA apply. The full text of procurement note M03 can be found in the DLA Directive (DLAD) of Procurement Notes on the Web at: https://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx. (END STO) IAW BASIC DRAWING NR 89954 926C171 REVISION NR C DTD 09/28/1982 PART PIECE NUMBER: 926C171P226 IAW REFERENCE NON GOVT STD NASM35206 REVISION NR 4 DTD 04/30/2019 PART PIECE NUMBER: LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000161416 0001 EA 2,106.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:5305013779595 DELIVERY (IN DAYS):0112 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 26 PAGES SPE4A6-23-U-0338 SECTION B PR: 1000161416 PRLI: 0001 CONT’D ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA-QUP:050 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 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 26 PAGES CONTINUED ON NEXT PAGE SPE4A6-23-U-0338

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

SCREW, MACHINE

Due: 02 Apr, 2024 (in 4 days)Agency: Department of Defense

53--SCREW,MACHINE

Due: 01 Apr, 2024 (in 3 days)Agency: DEPT OF DEFENSE

4610066564!SCREW,MACHINE

Due: 28 Jan, 2026 (in 22 months)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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