This RFQ is for the supply of
light assembly panes. The request number is SPRRA225Q0019. The delivery date is March 28, 2025. The delivery location is Redstone Arsenal, AL 35898. The contract type is firm fixed price. The requirement is a women-owned small business setaside. Offers from women-owned small business firms will be considered. The technical data package will be provided via the DOD safe site. Interested parties must submit a request for technical data packages via email. The government requires delivery within 360 days after contract award. The government will evaluate equally offers that propose delivery within the applicable delivery period. Offers that propose delivery outside the period will be considered nonresponsive and rejected. Additional provisions and representations are not attached. The offeror must comply with higher-level quality standards (ANSI/ISO/ASQ 9001:2015, AS **** or equivalent). The contractor shall comply with the higher-level quality standards listed below. The contractor shall include applicable requirements of the higher-level quality standards listed in paragraph a of this clause and the requirement to flow down such standards, as applicable, to lower-tier subcontracts. The government requires delivery to be made according to the following schedule. Accelerated delivery is encouraged and authorized at no additional cost to the government. The offeror must submit certified cost or pricing data upon request. Wood packaging material must meet requirements of international standards for phytosanitary measures (ISPM 15). Pentachlorophenol is prohibited. Replacement preservatives are 2 percent copper naphthenate, 3 percent zinc naphthenate or 1. 8 percent copper 8 quinolinolate. Heat treatment is required for boxes, pallets, and any wood used as inner packaging. All wood packaging material must comply with the official quality control program for heat treatment or kiln dried heat treatment. The contractor shall provide a unique item identifier for delivered items. Bar code markings are required in accordance with the latest revision of MIL-STD-129 and ISO/IEC **** requirements standards for soldering electrical and electronic assemblies shall be the nonmilitary joint industry standard, ANSI/J-STD-001, class 3. The contractor shall establish and maintain an electronic electrical parts control program. The technical data package shall serve as the baseline program parts selection list. The contractor shall maintain a lead-free control plan. The contractor shall prepare, or update existing, counterfeit risk management plan. Contractor initiated engineering change proposals (ECPs), value engineering change proposals (VECPs), and requests for variance (RFVs) shall be prepared, submitted and distributed in accordance with paragraphs 2, 3 and 4 below. The preferred method of submittal is digitally as a single file in Adobe Acrobat Portable Document Format (PDF). All proposed part number changes shall be submitted pursuant to the requirements of the requirement entitled, engineering chg proposal, value eng chg proposal, request for variance, eng release records, notice of revision, and specification chg notice preparation and submission instructions. All wood packaging material (WPM) acquired by DOD must meet requirements of international standards for phytosanitary measures (ISPM 15). All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT). All WPM shall include certification/quality markings in accordance with the ALSC standard. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment at entry. The agency reserves the right to recoup from the contractor any remediation costs incurred by the government. The government is not by this request soliciting, nor is the government liable for cost incurred by the offeror in preparing or developing modifications, deviations, waiver