GOVERNMENT FIRST ARTIC

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A6-24-T-33K7

Basic Details

started - 26 Mar, 2024 (1 month ago)

Start Date

26 Mar, 2024 (1 month ago)
due - 02 Apr, 2024 (26 days ago)

Due Date

02 Apr, 2024 (26 days ago)
Bid Notification

Type

Bid Notification
SPE4A6-24-T-33K7

Identifier

SPE4A6-24-T-33K7
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 SPE4A6-24-T-33K7 SECTION A 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 6 OF 25 PAGES SPE4A6-24-T-33K7 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:005267853/6610 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 0EV39 SP044002W9320 2.000 412.70000 20020709 N 70134 F3460181C1989 34.000 86.00000 19810414 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 25 PAGES SPE4A6-24-T-33K7 SECTION B PR: 7006962625 NSN/MATERIAL:6610005267853 ITEM DESCRIPTION PITOT-STATIC TUBE PITOT-STATIC TUBE 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. RD002, COVERED DEFENSE INFORMATION APPLIES RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT 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 RT001: MEASURING AND TEST EQUIPMENT P/N: AN5814-2 GOVERNMENT FAT REQUIRED: Government First Article Preproduction approval required. Testing will be in accordance with applicable drawings, specifications and/or Engineering instructions. The first article offered shall be manufactured at the facilities in which production quantities are procured and produced under this contract. When submitting the first article(s) for government testing, a copy of the contract and all applicable drawings, specifications, engineering instructions, certifications, and inspection sheets shall be provided. Upon receipt and evaluation of the test report from the responsible government testing location, the contracting officer will provide final notification to the manufacturer. Any questions or concerns regarding the first article test requirements must be submitted through the contracting officer. Additional Wide Area Workflow (WAWF) instructions for government first article test CLIN: The contractor shall code the receiving report for government first article test CLIN in WAWF as Follows: A: Inspection at origin (Source) - Enter the DCMA office DODAAC listed on page 1 of the contract. B: Acceptance by other - Enter the issue by office DODAAC listed on page 1 of the contract. C: Ship to code - Enter the DODAAC of the test facility listed for the government first article test CLIN in the contract (See FAR Clause CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 25 PAGES SPE4A6-24-T-33K7 SECTION B 52.209-4). FIRST ARTICLE TEST MARKING INSTRUCTIONS: FAT sample(s) packaging shall be clearly marked "FIRST ARTICLE TEST EXHIBIT(S) DO NOT POST TO STOCK!!!" in largest font possible with contrasting color to the packaging. Marking shall be located adjacent to the Package Shipping Label side and on at least one additional side of the package. IDENTIFY TO: MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY IAW BASIC UNK AN5814 REVISION NR DTD 04/25/1988 PART PIECE NUMBER: CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 7006962625 0001 EA 1.000 NSN/MATERIAL:6610005267853 DELIVERY (IN DAYS):0200 DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:33 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:00 CUSH/DUNN MAT:NA CUSH/DUNN THKNESS:C UNIT CONT:ED OPI:M INTRMDTE CONT:E5 INTRMDTE CONT QTY:AAA PACK CODE:Q PACKING LEVEL: B 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 FREIGHT FORWARDER: MULTIPLE FORWARDERS EXIST. TRANSPORTATION SEE DLAD PROC NOTE C19. FIRST DESTINATION TRANS SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: DSPE00 SPANISH AIR FORCE MAESTRANZA AEREA DE SEVILLA C.P.: 41020 SEVILLA ES MARKFOR CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE4A6-24-T-33K7 SECTION B PR: 7006962625 PRLI: 0001 CONT’D DSPE00 SPANISH AIR FORCE MAESTRANZA AEREA DE SEVILLA C.P.: 41020 SEVILLA ES M/F: (TCN) DSPE5V31370008 RDD: A03 PROJ: TP 3 SUPP ADD: DA2KEP SIG: L FOR GOVERNMENT USE ONLY: (IPD) 13 DIC: A31 DIST: N01 ADV: 3B FC: NL Need Ship Date:00/00/0000 Original Required Delivery Date:05/26/2023 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * GOVERNMENT FIRST ARTICLE TEST – THE NUMBER OF UNITS SHOWN SIGNIFIES THE TEST REQUIREMENT. SEE FAR CLAUSE 52.209-4 CITED IN SECTION A OF THIS SOLICITATION FOR THE ACTUAL QUANTITY REQUIRED. CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0002 0000000000 EA 1.000 NSN/MATERIAL:0001S00000052 DELIVERY (IN DAYS):0090 THIS LINE ITEM SIGNIFIES THE FIRST ARTICLE TEST REQUIREMENT (FAT). SEE CLAUSES FOR INFORMATION CONCERNING THE FAT REQUIREMENT. OFFERS THAT DO NOT CITE A PRICE FOR THIS LINE ITEM SHALL BE EVALUATED UNDER THE ASSUMPTION THAT THERE IS NO SEPARATE CHARGE FOR THE FAT. IN THE EVENT THE FAT REQUIREMENT IS WAIVED, NO AWARD WILL BE MADE FOR THIS LINE ITEM. THE NUMBER OF UNITS SHOWN APPEARS AS “1 EA”. THIS QUANTITY SIGNIFIES THE TEST REQUIREMENT. OFFERORS WILL FIND THE ACTUAL QUANTITY REQUIRED BY THE GOVERNMENT FOR THE FAT LINE ITEM PER FAR 52.209-3 OR 52.209-4 IN SECTION A OF THIS SOLICITATION. DELIVER FOB: ORIGIN QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN Need Ship Date:00/00/0000 Original Required Delivery Date:00/00/0000 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE4A6-24-T-33K7

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: 29 Apr, 2024 (Tomorrow)Agency: Department of Defense

CONTRACTOR FIRST ARTIC

Due: 30 Apr, 2024 (in 1 day)Agency: Department of Defense

CONTRACTOR FIRST ARTIC

Due: 30 Apr, 2024 (in 1 day)Agency: Department of Defense

Please Sign In to see more like these.

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