CONNECTING LINK ADJ

expired opportunity(Expired)
From: Federal Government(Federal)
SPRPA1-24-T-1401

Basic Details

started - 09 Apr, 2024 (21 days ago)

Start Date

09 Apr, 2024 (21 days ago)
due - 16 Apr, 2024 (14 days ago)

Due Date

16 Apr, 2024 (14 days ago)
Bid Notification

Type

Bid Notification
SPRPA1-24-T-1401

Identifier

SPRPA1-24-T-1401
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 SPRPA1-24-T-1401 SECTION A 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. 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 26 PAGES SPRPA1-24-T-1401 SECTION A 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. No History Available 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 26 PAGES SPRPA1-24-T-1401 SECTION B PR: 7007051328 NSN/MATERIAL:1560014614112 ITEM DESCRIPTION CONNECTING LINK ADJ CONNECTING LINK ADJ 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. 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. RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES MIL-STD-130N(1) DATED 16 NOV 2012. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 26 PAGES SPRPA1-24-T-1401 SECTION B 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. 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. EXCEPTIONS DATA: 88277 17B9F1112ENV-605 MB MODEL BASED DATA (MBD) FILES ARE AVAILABLE UPON REQUEST. FOR MODEL BASED DATA POC TO SUPPLY (MBD) FILES IS ANTHONY TAYLOR anthony.taylor.2@us.af.mil DSN: 472-8128 OR COMM. 478-222-8128 98752 200415485 NOTES 1,3 & 12 APPLY. For General Engineering Document Notes, see document number 200415485. RS023: Shelf-life requirement RS001 for a TYPE I (CODE S) item with a shelf life of 60 months (non-extendable) applies to this item. CRITICAL APPLICATION ITEM CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 26 PAGES SPRPA1-24-T-1401 SECTION B IAW BASIC DRAWING NR 88277 17B9F1112 REVISION NR AU DTD 08/24/2021 PART PIECE NUMBER: 17B9F1112-605 IAW REFERENCE DRAWING NR 88277 17B9F1112 REVISION NR AU DTD 10/04/2021 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 88277 4D0068 REVISION NR B DTD 01/05/2022 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98752 200415485 REVISION NR E DTD 01/30/2020 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 88277 17B9F1112 REVISION NR AT DTD 01/01/1939 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7007051328 0001 EA 3.000 NSN/MATERIAL:1560014614112 DELIVERY (IN DAYS):0495 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:33 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:00 CUSH/DUNN MAT:JB CUSH/DUNN THKNESS:C UNIT CONT:BE OPI:M INTRMDTE CONT:E5 INTRMDTE CONT QTY:AAA PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:32 -32 Type I, shelf life PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT PARCEL POST ADDRESS: SW3119 DLA DISTRIBUTION WARNER ROBINS 455 BYRON STREET BLDG 376 ROBINS A F B GA 31098-1887 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 26 PAGES SPRPA1-24-T-1401 SECTION B PR: 7007051328 PRLI: 0001 CONT’D FREIGHT SHIPPING ADDRESS: SW3119 DLA DISTRIBUTION WARNER ROBINS 455 BYRON STREET BLDG 376 ROBINS A F B GA 31098-1887 US Need Ship Date:09/29/2024 Original Required Delivery Date:10/03/2025 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 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):0240 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 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 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 26 PAGES CONTINUED ON NEXT PAGE SPRPA1-24-T-1401

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

30--CONNECTING LINK,RIG

Due: 02 May, 2024 (Tomorrow)Agency: DEPT OF DEFENSE

CONNECTING LINK, RIG

Due: 09 May, 2024 (in 8 days)Agency: Department of Defense

CONNECTING LINK, RIG

Due: 06 May, 2024 (in 4 days)Agency: Department of Defense

Please Sign In to see more like these.

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