DUMMY COUPLING, AUTO

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7M4-24-U-0299

Basic Details

started - 11 Apr, 2024 (22 days ago)

Start Date

11 Apr, 2024 (22 days ago)
due - 25 Apr, 2024 (8 days ago)

Due Date

25 Apr, 2024 (8 days ago)
Bid Notification

Type

Bid Notification
SPE7M4-24-U-0299

Identifier

SPE7M4-24-U-0299
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 SPE7M4-24-U-0299 SECTION A APPLIES TO ALL QUOTES ABOVE THE MICRO-PURCHASE THRESHOLD. DESTINATION INSPECTION REQUIRED - FAR 52.246-2 APPLIES. Fast Pay does not apply to this solicitation Due to the volatility of demands, and frequent quantity changes on open purchase requests, offerors are highly encouraged to submit quantity ranges when quoting. If a PR is evaluated manually, quoting ranges provides the buyer the option to combine requirements or reduce the quantity as needed without resoliciting or adding any additional administrative burden for either party involved when making an award. 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. APEX Accelerators, formally known as the Procurement Technical Assistance Program (PTAP), is designed to increase the number of U.S. businesses capable of bidding and performing on local, state, and federal government contracts. APEX Accelerators provide critical assistance to new and existing businesses interested government contracting to enhance the defense industrial base at no cost. Visit https://www.apexaccelerators.us/#/ for more information. 6, CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE7M4-24-U-0299 SECTION A 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 7 OF 25 PAGES SPE7M4-24-U-0299 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. Procurement History for NSN/FSC:002703878/2530 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 6FN58 SPE7M424P0492P00001 2998.000 4.75000 20231109 N 3B0Y2 SPE7M123V0967 2399.000 5.18000 20221101 N 3B0Y2 SPE7M123V0469 1810.000 5.18000 20221014 N 3B0Y2 SPE7M121F507FP00001 3253.000 4.18000 20210820 N 3B0Y2 SPE7M020F0909 7790.000 4.18000 20200910 N 6FN58 SPE7M319P5462P00002 7773.000 6.18000 20190916 N 4N361 SPE7M319P1153P00002 5873.000 5.15000 20181129 N 4N361 SPE7M319P0592P00002 940.000 5.15000 20181030 N 02769 SPE7M118F94F0P00001 845.000 3.19000 20180131 N 02769 SPE7M118F91H9 1.000 3.19000 20180130 N 02769 SPE7M118F91B1 1.000 3.19000 20180130 N 02769 SPE7M118F90Z2 1.000 3.19000 20180130 N 02769 SPE7M118F88W3 2.000 3.19000 20180129 N 02769 SPE7M118F88V0 1500.000 3.19000 20180129 N 02769 SPE7M118F88U4 1.000 3.19000 20180129 N 02769 SPE7M118F88T9 1.000 3.19000 20180129 N 02769 SPE7M118F88T5 2.000 3.19000 20180129 N 02769 SPE7M118F87A0 2.000 3.19000 20180126 N 02769 SPE7M118F85S2 2.000 3.19000 20180126 N 02769 SPE7M118F85G1 1.000 3.19000 20180126 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 SPE7M4-24-U-0299 SECTION B PR: 1000184713 NSN/MATERIAL:2530002703878 ITEM DESCRIPTION DUMMY COUPLING,AUTO DUMMY COUPLING, AUTOMOTIVE AIR BRAKE. 2x S HOOKS REQUIRED. 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. RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) THIS ITEM IS IDENTIFIED AS A COMMERCIAL ITEM - (TO INCLUDE 'COMMERCIAL OF A TYPE') 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). CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. "FINAL INSPECTION AND ACCEPTANCE OF THE ITEM SHALL BE AT THE ACTUAL MANUFACTURING FACILITY. TECHNICAL INSPECTION IS REQUIRED. THE CONTRACTOR SHALL MAKE DRAWINGS AND TECHNICAL INFORMATION AVAILABLE TO VERIFY THAT THE ITEM MEETS ALL TECHNICAL REQUIREMENTS. COUNT, KIND, AND CONDITION INSPECTIONS ARE CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE7M4-24-U-0299 SECTION B NOT ACCEPTABLE. THIS NOTE TAKES PRECEDENCE OVER MASTER SOLICITATION PART ONE PROVISIONS, NOTE 6, QUOTATIONS BY NON-MANUFACTURERS (APR 1984, DCSC 52.217-9C01). FINAL INSPECTION OF PACKAGING, IF REQUIRED, MAY BE CONDUCTED ELSEWHERE." CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 19207 7338409 REVISION NR B DTD 06/15/1987 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 7338409 REVISION NR DTD 08/06/2020 PART PIECE NUMBER: LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000184713 0001 EA 2,142.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:2530002703878 DELIVERY (IN DAYS):0036 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:10 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:FA CUSH/DUNN MAT:00 CUSH/DUNN THKNESS:0 UNIT CONT:D3 OPI:O INTRMDTE CONT:E5 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 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE7M4-24-U-0299

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

TONE RING, ABS

Due: 13 May, 2024 (in 9 days)Agency: Department of Defense