GOVERNMENT FIRST ARTIC

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7L1-24-T-286Y

Basic Details

started - 12 Apr, 2024 (20 days ago)

Start Date

12 Apr, 2024 (20 days ago)
due - 22 Apr, 2024 (10 days ago)

Due Date

22 Apr, 2024 (10 days ago)
Bid Notification

Type

Bid Notification
SPE7L1-24-T-286Y

Identifier

SPE7L1-24-T-286Y
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 28 PAGES SPE7L1-24-T-286Y SECTION A 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, 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 28 PAGES SPE7L1-24-T-286Y SECTION A 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:009118756/1095 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 83KZ3 SPE7L122P7124P00001 564.000 37.50000 20220711 N 1B7X2 SPE7L418P1537P00002 3470.000 8.70000 20180522 N 1B7X2 SPE7L417P0823 421.000 17.44000 20170126 N 0RCD8 SPM7LX11D01790080 205.000 11.50000 20160815 N 0RCD8 SPM7LX11D0179007701 315.000 11.50000 20160630 N 0RCD8 SPM7LX11D0179007601 205.000 11.50000 20160607 N 0RCD8 SPM7LX11D01790064 447.000 9.22000 20150528 N 0RCD8 SPM7LX11D01790033 410.000 9.04000 20140130 N 1B7X2 SPM7L412M1773 3154.000 6.80000 20120629 N 0RCD8 SPM7LX11D0179001201 205.000 10.62000 20120109 N 8Y298 SPM7L410M1888P00001 2557.000 4.92000 20100630 N 1N108 SPM7L308M0260P00001 603.000 5.75000 20071101 N 3V055 SPM7L107M2430 172.000 12.25000 20071004 N 1N108 SPM7L407M2330 693.000 5.80000 20070806 N 48406 SPM7L107M0387 696.000 5.84000 20070112 N 32067 SPM7L106M0267 458.000 7.00000 20060919 N 48406 SPM7L506V0712 410.000 5.93000 20060217 N 48406 SPM7L506V0231 406.000 6.10000 20051020 N 5V179 SP075005ME033 590.000 6.75000 20050419 N 5V179 SP075005MD341 855.000 6.25000 20041207 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 28 PAGES SPE7L1-24-T-286Y SECTION A 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 28 PAGES SPE7L1-24-T-286Y SECTION B PR: 7007178784 NSN/MATERIAL:1095009118756 ITEM DESCRIPTION ORIFICE ASSEMBLY, METERING GAS ORIFICE ASSEMBLY, GAS METERING 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. RD001: DEMILITARIZATION: SMALL ARMS WEAPONS AND PARTS AND ACCESSORIES (CATEGORY I - MUNITIONS LIST ITEMS, CATEGORY I-DODM 4160.28-VOL.3) RD002, COVERED DEFENSE INFORMATION APPLIES RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RT001: MEASURING AND TEST EQUIPMENT __________ 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 28 PAGES SPE7L1-24-T-286Y SECTION B 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. __________ THIS ITEM IS A "DEFENSE ARTICLE" AS DEFINED IN AND SUBJECT TO THE INTERNATIONAL TRAFFIC IN ARMS REGULATIONS (22 C.F.R. 120-30) AND THE ARMS EXPORT CONTROL ACT (22 U.S.C.A. 2778-2799). ANY MANUFACTURER OR EXPORTER OF DEFENSE ARTICLES IS REQUIRED TO REGISTER WITH THE DIRECTORATE OF DEFENSE TRADE CONTROLS (DDTC), DEPARTMENT OF STATE. DOCUMENTARY EVIDENCE OF REGISTRATION MAY BE REQUIRED PRIOR TO AWARD. ADDITIONAL EXPORT RESTRICTIONS APPLY AS INDICATED HEREIN. FAILURE TO SUBMIT DDTC REGISTRATION WHEN REQUESTED WILL MAKE A QUOTE/OFFER INELIGIBLE FOR AWARD. __________ The Government Procuring Activity has determined that Surplus is not Acceptable for this NSN. (End of TQ Requirement) ,, _______________EXCEPTION DATA____________________ DRAWING (98752) 200415485 GENERAL ENGINEERING NOTES: NOTES 1,3, AND 12 APPLY. QPL TT-E-489 (Note 5) is obsolete without replacement. The following guidance is provided: Master Painters Institute, Reference #9, Alkyd, Exterior, Gloss(>,)> (MPI Gloss Level 6) and Reference #94, Alkyd, Exterior(>,)> Semi-Gloss, (MPI Gloss Level 5) may be used for future procurements of this commodity or any other similar white enamel paint. ______________END OF EXCEPTIONS__________________ THE ITEM BEING PROCURED IS A CRITICAL GUN PART ITEM WITH UNIQUE REQUIREMENTS. GOVERNMENT FAT APPLIES. AFTER RECEIPT OF QUOTES, OFFERORS MAY BE CONTACTED TO PRICE THE FAT REQUIREMENT. TWO (2) EXHIBITS ARE REQUIRED: ONE (1) ASSEMBLED COATING AND ONE (1) MACHINED BUT NOT ASSEMBLED AND WITHOUT COATING. EXHIBIT DISPOSITION INSTRUCTIONS: ONE (1) PART WILL BE RETURNED TO THE CONTRACTOR AND CAN BE INCLUDED CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 10 OF 28 PAGES SPE7L1-24-T-286Y SECTION B IN THE PRODUCTION QUANTITY. ONE (1) WILL BE DAMAGED IN TESTING. PRODUCT INSPECTION WILL BE CONDUCTED BY THE DCMA QAR AT THE ACTUAL MANUFACTURER'S FACILITY. THE IDENTIFICATION OF THE ACTUAL MANUFACTURER MUST BE SUBMITTED TO THE CONTRACTING OFFICER FOR INCLUSION IN THE AWARD. UPON AWARD, ANY CHANGES TO THE ABOVE MUST BE APPROVED BY THE PCO VIA FORMAL CONTRACT MODIFICATION. PRODUCT VERIFICATION TESTING (PVT) IN ACCORDANCE WITH PROCUREMENT NOTE E05, MAY BE INVOKED FOR THE REFERENCED CONTRACT. IF INVOKED, PVT SAMPLES MUST BE INSPECTED, PACKAGED AND MARKED AS REQUIRED IN THE CONTRACT. ONE (1) SAMPLE MAY BE DESTROYED DURING TESTING. PRODUCT VERIFICATION TESTING, IF INVOKED(>,)> WILL BE PERFORMED PRIOR TO ACCEPTANCE OF EACH SHIPMENT. THE CONTRACTOR MUST PROVIDE PVT SAMPLES FROM EACH (SUB)CONTRACTOR USED IN THE PRODUCTION OF PARTS ON THIS CONTRACT. FIVE (5) PVT SAMPLES, UNLESS OTHERWISE SPECIFIED, WILL BE REQUIRED TO BE IDENTIFIED TO THOSE (SUB)CONTRACTORS WHEN THEY ARE SENT IN FOR TESTING. CERTIFICATE OF CONFORMANCE IS NOT AUTHORIZED. __________ 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. ____ WHEN FIRST ARTICLE IS REQUIRED IN THE CONTRACT, THE CONTRACTOR SHALL MARK THE OUTER SHIPPING CONTAINER IN 2 INCH BOLD, RED LETTERS "FIRST ARTICLE". THE CONTRACTOR SHALL ALSO PROVIDE THE TESTING FACILITY WRITTEN NOTIFICATION OF WHEN THE FIRST ARTICLES EXHIBITS WILL BE SHIPPED TWO WEEKS BEFORE THE SHIP DATE. ____ A forging process was identified as a means to manufacture this item. Tooling is required to produce a forging. For sourcing, tooling, materials or other information, please contact the appropriate assistance team: (Aviation, C(>&)>E Supply Chains) https://www.dla.mil/Aviation/Offers/Engineering/Forging-and-Casting/; (Land & Maritime Supply Chains) DSCC.cast.forge@dla.mil. CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 98752 64D13176 REVISION NR GL DTD 11/17/2023 PART PIECE NUMBER: 64D13176-5 IAW REFERENCE DRAWING NR 98752 200415485 REVISION NR E DTD 01/30/2020 PART PIECE NUMBER: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 11 OF 28 PAGES SPE7L1-24-T-286Y SECTION B IAW REFERENCE QAP 16236 SQAP009118756 REVISION NR DTD 03/21/2018 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7007178784 0001 EA 1,126.000 NSN/MATERIAL:1095009118756 DELIVERY (IN DAYS):0292 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 CML 385 519 8898 HILL AFB UT 84056-5734 US Need Ship Date:10/08/2024 Original Required Delivery Date:09/05/2025 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *

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: 06 May, 2024 (in 3 days)Agency: Department of Defense

CONTRACTOR FIRST ARTIC

Due: 06 May, 2024 (in 2 days)Agency: Department of Defense

CONTRACTOR FIRST ARTIC

Due: 06 May, 2024 (in 2 days)Agency: Department of Defense

Please Sign In to see more like these.

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