FUEL HEATER

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7L3-24-U-1646

Basic Details

started - 08 Apr, 2024 (24 days ago)

Start Date

08 Apr, 2024 (24 days ago)
due - 22 Apr, 2024 (10 days ago)

Due Date

22 Apr, 2024 (10 days ago)
Bid Notification

Type

Bid Notification
SPE7L3-24-U-1646

Identifier

SPE7L3-24-U-1646
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 SPE7L3-24-U-1646 SECTION A 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, 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 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 25 PAGES SPE7L3-24-U-1646 SECTION A 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. 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 25 PAGES SPE7L3-24-U-1646 SECTION A Procurement History for NSN/FSC:015119334/2910 CAGE Contract Number Quantity Unit Cost AWD Date Surplus Material . 0NJT4 SPE7L324F2564 7.000 139.08000 20240321 N 0NJT4 SPE7L324F1874 21.000 139.08000 20240208 N 0NJT4 SPE7L324F1446 7.000 139.08000 20231228 N 0NJT4 SPE7L324F0204 25.000 139.08000 20231012 N 0NJT4 SPE7L323F7130 45.000 139.08000 20230719 N 0NJT4 SPE7L323F6532 28.000 139.08000 20230616 N 0NJT4 SPE7L323F5907 28.000 139.08000 20230518 N 0NJT4 SPE7L323F4752 24.000 117.73000 20230316 N 0NJT4 SPE7L323F4258 24.000 117.73000 20230216 N 0NJT4 SPE7L323F3847 21.000 117.73000 20230112 N 0NJT4 SPE7L322F324E 6.000 117.73000 20220916 N 0NJT4 SPE7L322F302E 13.000 117.73000 20220915 N 0NJT4 SPE7L322F083R 13.000 101.90000 20220516 N 0NJT4 SPE7L322F7546 28.000 101.90000 20220225 N 0NJT4 SPE7L520V1390 127.000 102.30000 20200504 N 06YZ5 SPE7L520V0552 101.000 107.13000 20191212 N 0NJT4 SPE7L519V2365 56.000 108.00000 20190828 N 0NJT4 SPE7L119V3092 60.000 108.83000 20190207 N 6SSN2 SPE7L118V0522 81.000 109.82000 20171025 N 0NJT4 SPE7L117V2026 49.000 104.82000 20170111 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 SPE7L3-24-U-1646 SECTION B PR: 1000184532 NSN/MATERIAL:2910015119334 ITEM DESCRIPTION FUEL HEATER FUEL HEATER 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. RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES PARKER-HANNIFIN CORPORATION 55752 P/N RK30925 OSHKOSH DEFENSE LLC 75Q65 P/N 8KK413 LINE ITEM 0000000001 TYPE OF COVERAGE: DLA DIRECT, CONUS CLIN PR PRLI UI QUANTITY UNIT PRICE TOTAL PRICE . 0001 1000184532 0001 EA 98.000 * This is an estimated quantity and may not be purchased by the IDC. NSN/MATERIAL:2910015119334 DELIVERY (IN DAYS):0112 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:31 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:00 CUSH/DUNN MAT:NA CUSH/DUNN THKNESS:C UNIT CONT:E6 OPI:O INTRMDTE CONT:DO 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 In addition to MIL-STD-129 markings, each MRAP palletized shipment shall include two, 10 inch by 10 inch fluorescent yellow sticker/sign/placard with the letters MRAP in 2 inch bold black letters and applied to one side and one panel of palletized load. For better visibility, place the CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 25 PAGES SPE7L3-24-U-1646 SECTION B PR: 1000184532 PRLI: 0001 CONT’D MRAP sticker/sign/placard on the outside of the multiwall container(s) or the pallet, not under any shrink-wrap. The stickers are to be placed high on each side of each container, so they are visible at eye level. This sticker/sign/placard is required to expedite the receipt and inspection of these shipments. This requirement is only applicable for shipments directed to DDC depots and direct vendor deliveries to CCPs; and does not apply to direct vendor deliveries to the customer. ACCEPTABLE DEVIATIONS: Contractor is authorized to make adjustments to actual sticker size and font size when shipping containers are not large enough to adequately display all required MIL-STD-129 markings along with the standard size (as cited above). OEM MRAP STICKERS: Each OEM has a designated background color in lieu of the standard yellow background MRAP sticker in an effort to apply Lean Six Sigma principles and concepts to packaging, storage, and transport of MRAP material to theater. The following are the official designations (background color # text required): GREEN # MRAP BAE (TX) TEAL # MRAP OSHKOSH PURPLE # MRAP BAE (PA) ORANGE # MRAP FPII BLUE # MRAP NAVISTAR PINK # MRAP GDLS NOTE: If MRAP stickers are missing or OEM is exhausting yellow background stickers, no quality notification shall be submitted to Contract Administrating Activity. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 25 PAGES CONTINUED ON NEXT PAGE SPE7L3-24-U-1646

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

Propane Fuel Delivery

Due: 16 May, 2024 (in 13 days)Agency: Hall County Board of Commissioners

Propane Fuel Delivery

Due: 16 May, 2024 (in 13 days)Agency: Hall County

29--FUEL HEATER

Due: 10 May, 2024 (in 7 days)Agency: DEPT OF DEFENSE