SLING, SMALL ARMS

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7L3-24-U-1657

Basic Details

started - 12 Apr, 2024 (19 days ago)

Start Date

12 Apr, 2024 (19 days ago)
due - 26 Apr, 2024 (5 days ago)

Due Date

26 Apr, 2024 (5 days ago)
Bid Notification

Type

Bid Notification
SPE7L3-24-U-1657

Identifier

SPE7L3-24-U-1657
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 SPE7L3-24-U-1657 SECTION A 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 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE7L3-24-U-1657 SECTION A 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. 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 25 PAGES SPE7L3-24-U-1657 SECTION A Procurement History for NSN/FSC:015998636/1005 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 1CAY9 SPE7L224F0732 27.000 219.86000 20240314 N 1CAY9 SPE7L224F0383 26.000 219.86000 20231215 N 1CAY9 SPE7L223F1593 30.000 197.00000 20230316 N 1CAY9 SPE7L222F3376 5.000 197.00000 20220916 N 1CAY9 SPE7L222F3128 45.000 197.00000 20220915 N 1CAY9 SPE7L222F1406 108.000 173.25000 20220421 N 1CAY9 SPE7L222F0994 47.000 173.25000 20220318 N 1CAY9 SPE7L222F0250 22.000 173.25000 20211203 N 1CAY9 SPE7L222F0063 78.000 173.25000 20211005 N 1CAY9 SPE7L221F0250 41.000 173.25000 20210823 N 1CAY9 SPE7L221F0025 14.000 170.00000 20210318 N 1CAY9 SPE7L321F5800 21.000 170.00000 20201217 N 1CAY9 SPE7L321F2267 43.000 170.00000 20201022 N 1CAY9 SPE7L320F3286 4.000 170.00000 20200806 N 1CAY9 SPE7L320F3124 10.000 170.00000 20200731 N 1CAY9 SPE7L420V0598 63.000 170.00000 20200210 N 1CAY9 SPE7L420P0616 48.000 170.00000 20191127 N 1CAY9 SPE7L419P0244 59.000 170.00000 20181031 N 1CAY9 SPE7L418V0151 100.000 170.00000 20171031 N 1CAY9 SPE7L417V0837 52.000 170.00000 20170425 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 25 PAGES SPE7L3-24-U-1657 SECTION B PR: 1000184770 NSN/MATERIAL:1005015998636 ITEM DESCRIPTION SLING,SMALL ARMS SLING,SMALL ARMS 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. RD001: DEMILITARIZATION: SMALL ARMS WEAPONS AND PARTS AND ACCESSORIES (CATEGORY I - MUNITIONS LIST ITEMS, CATEGORY I-DODM 4160.28-VOL.3) RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES 1 PG = 5 EA DLIS had processed the Unit of Issue change for this item from EA to PG, 1PG = 5EA, and assigned a future effective date of 1 February 2016. MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO(>,)> OR COME IN DIRECT CONTACT WITH(>,)> ANY HARDWARE OR SUPPLIES FURNISHED UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). The Government Procuring Activity has determined that Surplus is not Acceptable for this NSN. (End of TQ Requirement) ********** THIS ITEM IS A "DEFENSE ARTICLE" AS DEFINED IN AND SUBJECT TO THE INTERNATIONAL TRAFFIC IN ARMS REGULATIONS (22 C.F.R. 120-30) AND THE ARMS EXPORT CONTROL ACT (22 U.S.C.A. 2778-2799). ANY MANUFACTURER OR EXPORTER OF DEFENSE ARTICLES IS REQUIRED TO REGISTER WITH THE DIRECTORATE OF DEFENSE TRADE CONTROLS (DDTC), DEPARTMENT OF STATE. DOCUMENTARY EVIDENCE OF REGISTRATION MAY BE REQUIRED PRIOR TO AWARD. ADDITIONAL EXPORT RESTRICTIONS APPLY AS INDICATED HEREIN. FAILURE TO SUBMIT DDTC REGISTRATION WHEN REQUESTED WILL MAKE A QUOTE/OFFER INELIGIBLE FOR AWARD. ********** **** NO DATA IS AVAILABLE. THE ALTERNATE OFFEROR IS REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. **** CRITICAL APPLICATION ITEM CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE7L3-24-U-1657 SECTION B LONDON BRIDGE TRADING COMPANY LTD. 0EYB3 P/N LBT-2500C-BLK LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000184770 0001 PG 90.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:1005015998636 DELIVERY (IN DAYS):0070 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:10 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:CA CUSH/DUNN MAT:00 CUSH/DUNN THKNESS:0 UNIT CONT:A1 OPI:O INTRMDTE CONT:D3 INTRMDTE CONT QTY:AAA PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:40 -40 Omission of mark for sensit PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE7L3-24-U-1657

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

BIS SMALL ARMS

Due: 21 May, 2024 (in 20 days)Agency: OFFICE OF THE SECRETARY

BRACKET FUSEHOLDER

Due: 14 May, 2024 (in 13 days)Agency: DEPT OF DEFENSE

Small Equipment

Due: 08 May, 2024 (in 7 days)Agency: Rockwood School District

Please Sign In to see more like these.

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