PLATE, MOUNTING

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7L1-23-U-1119

Basic Details

started - 25 Jan, 2023 (14 months ago)

Start Date

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

Due Date

08 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
SPE7L1-23-U-1119

Identifier

SPE7L1-23-U-1119
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 SPE7L1-23-U-1119 SECTION A DESTINATION INSPECTION REQUIRED - FAR 52.246-2 APPLIES. 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE7L1-23-U-1119 SECTION A 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 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 25 PAGES SPE7L1-23-U-1119 SECTION A Procurement History for NSN/FSC:011000128/5340 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 3HBK9 SPE7L123V2792 58.000 41.35000 20230117 N 0DEE1 SPE7L123V1725P00001 71.000 41.43000 20221208 N 7U218 SPE7L022V4083 190.000 38.30000 20220915 N 6K404 SPE7L322V8283P00001 188.000 38.80000 20220407 N 1M9A0 SPE5EK21P1473 229.000 31.90000 20210521 N 0DEE1 SPE5EK21V2544P00001 230.000 19.81000 20210318 N 0G2S6 SPE5EK21P0369P00001 244.000 19.75000 20201110 N 7UCA8 SPE5EK17V6241 271.000 17.00000 20170822 N 66EM8 SPE5EK16M0833 272.000 17.10000 20160308 N 1A424 SPE7L016M0770 50.000 36.45000 20151218 N 1A424 SPE7L016M0030 61.000 37.20000 20151005 N 60V04 SPE5E115V3228P00001 262.000 18.28000 20150603 N 3CRH3 SPE5EY15D0511000201 298.000 13.90000 20150211 N 1A424 SPM5L512D00050005 38.000 22.35000 20121015 N 1A424 SPM5L512D00050004 39.000 22.35000 20120821 N 1A424 SPM5L512D00050002 213.000 22.35000 20120126 N 0CVN9 SPM5L209M1887 556.000 15.00000 20090420 N 0RCD8 SPM5L206M1613 343.000 15.95000 20060709 N 3HBK9 SPM5L206M0981 596.000 15.30000 20060308 N 1NQ60 SP056004MEY62 480.000 14.75000 20041001 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 SPE7L1-23-U-1119 SECTION B PR: 1000161315 NSN/MATERIAL:5340011000128 ITEM DESCRIPTION PLATE,MOUNTING PLATE,MOUNTING RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT 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. 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 IDENTIFY TO: MIL-STD-130N, 16 Nov 2012 IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY 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/ CRITICAL APPLICATION ITEM CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE7L1-23-U-1119 SECTION B IAW BASIC DRAWING NR 19207 12282819 REVISION NR G DTD 09/23/1997 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12273317 REVISION NR F DTD 11/06/1996 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12282819 REVISION NR DTD 01/09/2012 PART PIECE NUMBER: LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000161315 0001 EA 138.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:5340011000128 DELIVERY (IN DAYS):0126 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP:001 PRES MTHD:10 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:00 CUSH/DUNN MAT:DA CUSH/DUNN THKNESS:C UNIT CONT:10 OPI:O INTRMDTE CONT:D3 INTRMDTE CONT QTY:AAA PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:00 -00 No special marking PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT IP025: PACKAGING, MARKING, AND SHIPPING OF HAZARDOUS MATERIALS * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE7L1-23-U-1119

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

PLATE, MOUNTING

Due: 22 Apr, 2024 (in 2 days)Agency: Department of Defense

PLATE, MOUNTING

Due: 22 Apr, 2024 (in 2 days)Agency: Department of Defense

53--PLATE,MOUNTING

Due: 19 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.