TAG, MEDICAL WARNING

expired opportunity(Expired)
From: Federal Government(Federal)
SPE2DH-24-U-0002

Basic Details

started - 12 Apr, 2024 (20 days ago)

Start Date

12 Apr, 2024 (20 days ago)
due - 26 Apr, 2024 (6 days ago)

Due Date

26 Apr, 2024 (6 days ago)
Bid Notification

Type

Bid Notification
SPE2DH-24-U-0002

Identifier

SPE2DH-24-U-0002
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 SPE2DH-24-U-0002 SECTION A 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, 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE2DH-24-U-0002 SECTION A 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. 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:001428775/6530 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 87148 SPE2DH24P0122 1000.000 22.24000 20231013 N 87148 SPE2DH23V1044 1377.000 20.98000 20230320 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 25 PAGES SPE2DH-24-U-0002 SECTION A Procurement History for NSN/FSC:001428775/6530 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 9EN53 SPE2DH23P0677P00001 777.000 19.50000 20230301 N 87148 SPE2DH22P0177 1053.000 21.83000 20211029 N 87148 SPE2DH21P2797 677.000 23.97000 20210903 N 87148 SPE2DH20V1836P00002 1473.000 12.96000 20200415 N 87148 SPE2DH20V0118 968.000 13.00000 20191010 N 87148 SPE2DH19V3083 816.000 13.40000 20190718 N 87148 SPE2DH19P0799 959.000 12.44000 20190131 N 87148 SPE2DH18V1292 789.000 11.63000 20180129 N 87148 SPE2DH18P0521 542.000 11.75000 20171208 N 87148 SPE2DH17V2280 686.000 12.00000 20170406 N 62728 SPE2DH16M2717P00002 533.000 12.04000 20160927 N 62728 SPE2DH16M2731P00002 708.000 12.04000 20160901 N 62728 SPE2DH16M2668 654.000 12.04000 20160824 N 62728 SPE2DH16M2645 291.000 12.04000 20160823 N 87148 SPE2DH16M1932 297.000 12.24000 20160603 N 87148 SPE2DH16M1003 240.000 12.24000 20160211 N 87148 SPE2DH16M0289 551.000 10.85000 20151106 N 87148 SPE2DH15M1667 489.000 12.24000 20150923 N CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 25 PAGES SPE2DH-24-U-0002 SECTION B PR: 1000184182 NSN/MATERIAL:6530001428775 ITEM DESCRIPTION TAG,MEDICAL WARNING TAG, MEDICAL WARNING RED; ALUMINUM; 2.25 X 1.24" WORN W/ID TAG; 100S; SUITABLE FOR EMBOSSING;ESSENTIAL MEDICAL INFO. TO ENABLE EMERGENCY TREATMENT PERSONNEL TO RECOGNIZE HAZARDS IN ABSENCE OF MEDICAL RECORDS WHEN PATIENT IS UNABLE TO PROVIDE MEDICAL HISTORY. UNIT OF ISSUE: PACKAGE PG/100EA ,, .. 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. .. RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT .. RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES .. BIDDER: PLEASE SPECIFY SOURCE AND PART NUMBER BEING SUPPLIED. ADEQUATE DATA FOR THE EVALUATION OF ALTERNATE OFFERS IS NOT AVAILABLE AT THE PROCUREMENT AGENCY. THE OFFEROR MUST PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. .. THIS ITEM IS NOT REGULATED BY THE FDA. .. NSN 6530-00-142-8775, 1.7.2019. ... RD003, COVERED DEFENSE INFORMATION POTENTIALLY APPLIES APPLICABLE TO ALL MEDICAL ACQUISITIONS: PACKAGING AND PACKING SHALL BE COMMERCIAL AS SPECIFIED IN THE PROCUREMENT DOCUMENT. EACH COMPLETE UNIT SHALL BE PROPERLY PACKAGED IN A SUITABLE SEALED UNIT CONTAINER CAPABLE OF PROTECTING THE CONTENTS FROM DAMAGE AND/OR BREAKAGE. UNITS SHALL BE PACKED IN SUITABLE COMMERCIAL EXTERIOR (SHIPPING) CONTAINERS (EXPORT WHEN NECESSARY) WHICH SHALL INSURE ACCEPTANCE AND SAFE DELIVERY BY COMMON OR OTHER CARRIER, AT THE LOWEST RATE, TO POINT OF DELIVERY CALLED FOR IN THE CONTRACT OR ORDER. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE2DH-24-U-0002 SECTION B MATERIAL MUST BE MARKED IAW MEDICAL MARKING STANDARD NO. 1. THIS SUPERCEDES ALL REFERENCES TO MIL-STD-129. COPIES OF MEDICAL MARKING STANDARD NO. 1 (MMS NO. 1) MAY BE OBTAINED BY CONTACTING DLA TROOP SUPPORT VIA EMAIL TO fssb@dla.mil. MMS NO. 1 IS ALSO AVAILABLE ONLINE AT: https://www.dla.mil/Logistics-Operations/Packaging/ BRENNER METAL PRODUCTS CORP 62728 P/N 336 METAL MARKER MANUFACTURING COMPANY,THE 87148 P/N 336 LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000184182 0001 PG 1,132.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:6530001428775 DELIVERY (IN DAYS):0031 DELIVER FOB: DESTINATION QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E SPECIAL INSTRUCTIONS PRESERVATION, PACKING AND MARKING SHALL BE IN ACCORDANCE W/MIL-STD-2073-1E AS SPECIFIED IN SPECIAL PACKAGING INSTRUCTIONS SUPPLEMENTAL INSTRUCTIONS * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE2DH-24-U-0002

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

TAG, MEDICAL WARNING

Due: 15 May, 2024 (in 13 days)Agency: Department of Defense

EO14042 MEDICAL PHYSICIST SHREVEPORT

Due: 30 Sep, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

65--TAG,MEDICAL WARNING

Due: 15 May, 2024 (in 13 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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