FILTER, RESPIRATOR, A

expired opportunity(Expired)
From: Federal Government(Federal)
SPE8E5-23-T-4080

Basic Details

started - 15 Jun, 2023 (10 months ago)

Start Date

15 Jun, 2023 (10 months ago)
due - 26 Jun, 2023 (10 months ago)

Due Date

26 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
SPE8E5-23-T-4080

Identifier

SPE8E5-23-T-4080
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 24 PAGES SPE8E5-23-T-4080 SECTION A 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:010208779/4240 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 0AG09 SPE8E523F0008P00001 562.000 97.99000 20221102 N 0AG09 SPE8E521F0098 338.000 74.55000 20210331 N 0AG09 SPE8E520F6928 417.000 73.38000 20200729 N 0AG09 SPE8E520F6711 969.000 73.38000 20200719 N 0AG09 SPE8E520F6362P00001 716.000 73.38000 20200626 N 0AG09 SPE8E520F5835P00001 923.000 73.38000 20200603 N 0AG09 SPE8E520F5645 250.000 73.38000 20200526 N 0AG09 SPE8E520F5622 255.000 73.38000 20200523 N 0AG09 SPE8E520F4755 332.000 73.38000 20200417 N 0AG09 SPE8E520F4362 166.000 72.50000 20200324 N 0AG09 SPE8E620F0394 51.000 72.50000 20191204 N 0AG09 SPE8E620F0359 329.000 72.50000 20191127 N 0AG09 SPE8E620F0182 248.000 72.50000 20191030 N 0AG09 SPE8E620F0147 301.000 72.50000 20191021 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 24 PAGES SPE8E5-23-T-4080 SECTION A Procurement History for NSN/FSC:010208779/4240 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 0AG09 SPE8E619F5585 317.000 72.50000 20190830 N 1Q3Z9 SPE8E619F4954 527.000 52.01000 20190613 N 1Q3Z9 SPE8EZ19F0048P00004 1767.000 52.01000 20181031 N 1Q3Z9 SPE8EZ18F0089 348.000 53.29000 20180530 N 1Q3Z9 SPE8EZ18F0069 365.000 53.29000 20180423 N 1Q3Z9 SPE8EZ18F0063 283.000 53.29000 20180411 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 24 PAGES SPE8E5-23-T-4080 SECTION B PR: 7003305710 NSN/MATERIAL:4240010208779 ITEM DESCRIPTION FILTER,RESPIRATOR,A FILTER, RESPIRATOR 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 RD003, COVERED DEFENSE INFORMATION POTENTIALLY APPLIES 1 BX = 10 EA BX = 10 EA NIOSH 42 CFR 84 APPROVED 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). MINE SAFETY APPLIANCES COMPANY 55799 P/N 815177 CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7003305710 0001 BX 232.000 NSN/MATERIAL:4240010208779 DELIVERY (IN DAYS):0132 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 24 PAGES SPE8E5-23-T-4080 SECTION B PR: 7003305710 PRLI: 0001 CONT’D 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:00 CUSH/DUNN THKNESS:0 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 WHENEVER POSSIBLE AND WHEN PERMITTED BY THE TERMS OF THE CONTRACT, AVOID THE USE OF PLASTICS AS WRAPPING, CUSHIONING, OR DUNNAGE MATERIALS. IP025: PACKAGING, MARKING, AND SHIPPING OF HAZARDOUS MATERIALS 01/4/2021///LTC review Magada Gonzalez SPE8EG19D0104 PN PARCEL POST ADDRESS: SW3216 DLA DISTRIBUTION PUGET SOUND 1400 FARRAGUT AVE BLDG 467 BREMERTON WA 98314-6001 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3216 DISTRIBUTION DEPOT PUGET SOUND 1400 FARRAGUT AVE BLDG 467 BREMERTON WA 98314-6001 US Need Ship Date:11/06/2023 Original Required Delivery Date:11/11/2023 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 9 OF 24 PAGES CONTINUED ON NEXT PAGE SPE8E5-23-T-4080

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

QUANTIFIT RESPIRATORS AND CALIBRATION/MAINTENANCE

Due: 05 Mar, 2028 (in about 3 years)Agency: FEDERAL BUREAU OF INVESTIGATION

EVALUATION: ONLINE RESPIRATOR MEDICAL EVALUATION

Due: 31 Dec, 2024 (in 8 months)Agency: Minnesota Department of Administration

Specialty Air Filters

Due: 31 Oct, 2026 (in about 2 years)Agency: University Of Wisconsin

Please Sign In to see more like these.

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