SPINDLE, RH, AXLE

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7M4-23-T-148V

Basic Details

started - 13 Jun, 2023 (10 months ago)

Start Date

13 Jun, 2023 (10 months ago)
due - 23 Jun, 2023 (10 months ago)

Due Date

23 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
SPE7M4-23-T-148V

Identifier

SPE7M4-23-T-148V
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 SPE7M4-23-T-148V SECTION A 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. Procurement History for NSN/FSC:011437812/2530 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 56529 SPE7M123P1240 9.000 1493.13000 20221122 N 56529 SPE7M422V4637 7.000 1493.13000 20220623 N 56529 SPE7M422V2939 5.000 1520.03000 20220331 N 0HF27 SPE7M321V1458 18.000 1289.00000 20201208 N 56529 SPE7L319P6944P00001 5.000 1345.16000 20190712 N 0HF27 SPE7L319P6143 23.000 1498.69000 20190528 N 56529 SPE7L318V6010 8.000 1346.36000 20180409 N 56529 SPE7L317V7617 13.000 1307.15000 20170606 N 56529 SPE7L317P6006 13.000 1307.15000 20170605 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE7M4-23-T-148V SECTION A Procurement History for NSN/FSC:011437812/2530 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 56529 SPE7L216V1207 5.000 1308.33000 20160217 N 56529 SPE7L316V3951 10.000 1269.08000 20160216 N 56529 SPM76006D9718007001 104.000 1029.76000 20071009 N 56529 SPM76006D97180068 31.000 1029.76000 20071001 N 56529 SPM76006D97180066 40.000 1029.76000 20070907 N 1PWB6 SPM75005D5H760008 10.000 1200.00000 20070321 N 1PWB6 SPM75005D5H760007 7.000 1200.00000 20070131 N 1PWB6 SPM75005D5H760006 5.000 1200.00000 20070116 N 1PWB6 SPM75005D5H760005 6.000 1200.00000 20061117 N 1PWB6 SPM75005D5H760004 4.000 1200.00000 20061010 N 1PWB6 SPM75005D5H760003 8.000 1200.00000 20060703 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 SPE7M4-23-T-148V SECTION B PR: 7003231532 NSN/MATERIAL:2530011437812 ITEM DESCRIPTION SPINDLE,RH,AXLE SPINDLE, RH, AXLE (HOUSING, SPINDLE ASSY. REAR WHEELS). . USE ASTM A148 IN LIEU OF QQ-S-681.. 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. 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 RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RT001: MEASURING AND TEST EQUIPMENT CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 25 PAGES SPE7M4-23-T-148V SECTION B A metal casting process was identified as a means to manufacture this item. Tooling is required to produce a casting. For sourcing, tooling, materials or other information, please contact the appropriate assistance team: (Aviation, C&E Supply Chains) DSCR.AFCAT@dla.mil; (Land & Maritime Supply Chains) DSCC.cast.forge@dla.mil CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 98750 63J52684 REVISION NR AB DTD 05/10/2010 PART PIECE NUMBER: 63J52684-6 IAW REFERENCE DRAWING NR 98752 65D35518 REVISION NR H DTD 04/01/1982 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 98752 200415485 REVISION NR E DTD 01/30/2020 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7003231532 0001 EA 17.000 NSN/MATERIAL:2530011437812 DELIVERY (IN DAYS):0175 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN PREP FOR DELIVERY: PKGING DATA-QUP:001 IF MATERIAL IS CONSIDERED HAZARDOUS IAW FED-STD-313, PACKAGE IN ACCORDANCE WITH TQ REQUIREMENT IP025. IF THE MATERIAL IS NOT CONSIDERED HAZARDOUS, IN ACCORDANCE WITH FED-STD-313, THE MATERIAL SHALL BE COMMERCIALLY 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE7M4-23-T-148V SECTION B PR: 7003231532 PRLI: 0001 CONT’D 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 CML 385 519 8898 HILL AFB UT 84056-5734 US Need Ship Date:12/16/2023 Original Required Delivery Date:01/15/2024 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE7M4-23-T-148V

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania