GOVERNMENT FIRST ARTIC

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A7-24-T-256T

Basic Details

started - 18 Apr, 2024 (13 days ago)

Start Date

18 Apr, 2024 (13 days ago)
due - 25 Apr, 2024 (6 days ago)

Due Date

25 Apr, 2024 (6 days ago)
Bid Notification

Type

Bid Notification
SPE4A7-24-T-256T

Identifier

SPE4A7-24-T-256T
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 SPE4A7-24-T-256T SECTION A 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. This is a life support item; surplus material will not be considered for award. Only quotes from the approved source of supply or authorized dealers are acceptable for life support items. The dealer must provide a copy of the letter from the approved source of supply approving them to act as a dealer/distributor with their quote. Quotes from secondary dealers will not be accepted. Procurement History for NSN/FSC:010533074/1680 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 22539 SPE4A724P6710 7.000 3500.00000 20240129 N 22539 SPE4A722PC030P00001 11.000 3000.00000 20220622 N 22539 SPE4A718PF378 15.000 2100.00000 20180921 N 22539 SPE4A718PD985 13.000 2100.00000 20180816 N 22539 SPE4A718P3793 7.000 2100.00000 20171228 N 22539 SPE4A716M4556 50.000 1749.00000 20160204 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE4A7-24-T-256T SECTION A Procurement History for NSN/FSC:010533074/1680 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 22539 SPE4A715M2049 11.000 1750.00000 20141203 N 22539 SPE4A714MC207 1.000 1802.00000 20140822 N 22539 SPM4A712M5217 25.000 1709.00000 20120224 N 22539 SPM4A710ME367 3.000 1750.00000 20100617 N 22539 SPM4A710M4334 14.000 1595.00000 20091216 N 22539 SPM4A708MF358 12.000 1595.00000 20080826 N 22539 SP046004M8914 22.000 1450.00000 20040423 N 22539 SP046094C1326 72.000 1000.00000 19940812 N 22539 F4160894C0314 40.000 1149.00000 19940124 N 22539 F0460690G0005SA0200 35.000 1480.00000 19900402 N 22539 F0460688G0020SA0800 8.000 1480.00000 19880629 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 SPE4A7-24-T-256T SECTION B PR: 7007260259 NSN/MATERIAL:1680010533074 ITEM DESCRIPTION PAN ASSEMBLY,SEAT,E PAN ASSEMBLY, EJECTION SEAT 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) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY 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). CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 25 PAGES SPE4A7-24-T-256T SECTION B 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. CRITICAL APPLICATION ITEM THE CONRAD COMPANY 22539 P/N J114928-1 MAG AEROSPACE INDUSTRIES, LLC 29780 P/N J114928-1 UNIVERSAL PROPULSION COMPANY INC 51998 P/N J114928-1 COATING SPECIALTIES, INC 53616 P/N J114928-1 CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7007260259 0001 EA 8.000 NSN/MATERIAL:1680010533074 DELIVERY (IN DAYS):0381 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: SW3210 DLA DISTRIBUTION DEPOT HILL 7537 WARDLEIGH RD HILL AFB UT 84056-5734 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3210 DLA DISTRIBUTION DEPOT HILL 7537 WARDLEIGH RD BLDG 849W CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE4A7-24-T-256T SECTION B PR: 7007260259 PRLI: 0001 CONT’D CML 385 519 8898 HILL AFB UT 84056-5734 US Need Ship Date:10/14/2024 Original Required Delivery Date:09/07/2025 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 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):0120 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 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE4A7-24-T-256T

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

CONTRACTOR FIRST ARTIC

Due: 03 May, 2024 (Tomorrow)Agency: Department of Defense

CONTRACTOR FIRST ARTIC

Due: 03 May, 2024 (Tomorrow)Agency: Department of Defense

CONTRACTOR FIRST ARTIC

Due: 03 May, 2024 (Tomorrow)Agency: Department of Defense

Please Sign In to see more like these.

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