Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2002 FBO #0241
SOLICITATION NOTICE

34 -- WIRE-CUT EDM MACHINE

Notice Date
7/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
RFO3-204684
 
Response Due
8/7/2002
 
Point of Contact
Glen M. Williams, Contracting Officer, Phone (216) 433-2885, Fax (216) 433-2480, Email Glen.M.Williams@grc.nasa.gov
 
E-Mail Address
Email your questions to Glen M. Williams
(Glen.M.Williams@grc.nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) for: Item 1) one Sodick Model AQ550L or equal Wire Cut EDM machine, Item 2) two sets of documentation, Item 3) Installation and checkout of item 1, Item 4) training in the operation of item 1, and Item 5) Standard Warranty of item 1. The Contractor shall furnish 1 Sodick Model AQ550L or equal Wire Cut EDM machine, documentation, installation, and training in accordance with the following specifications. Item 1 Sodick Model AQ550L or equal Wire Cut EDM machine (hereinafter referred to as Wire EDM) shall consist, as a minimum of: a) machine tool, b)controller, c)pumps, filters and tanks to circulate the cooling water, and d)chiller and associated system. It shall operate: 1. using linear servo motors on X- and Y-axes 2. using 5-axis control with X,Y,Z,U,V, travel of at least 21", 13" , 12" , 5" and 5", respectively. 3. using stainless steel or ceramic lined work tank 4. via an automatic wire threading capabilities (with capability to wire thread while submerged) 5. using a controller that is windows based and capable of NC sharing/remote monitoring, have a RS-32 port, and utilize LN1W CNC control. 6. in both open air and submerged modes 7. with electrolysis free machining capability 8. due to space limitations within the machine shop where the Wire EDM will be located the entire Wire EDM shall be less than 85" in height and fit within a footprint of 9' x 8'. Item 2 Documentation The Contractor shall furnish 2 sets of instruction/maintenance manuals that, as a minimum, instructs in the safe set-up, calibration, and operation of the Wire EDM and associated software, and the normal preventative maintenance procedures required. Item 3 Installation and Checkout. The Contractor shall install the System at NASA GRC within 30 days of delivery. Installation shall be by a trained factory representative(s) and include all alignments and utility hook-ups necessary for the operation of the bonder. The Contractor shall furnish to the NASA Contracting Officer a listing of utilities or other requirements necessary for installation within 5 calendar days after award. Actual installation date(s) shall be via mutual agreement between the Government and Contractor. Installation shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC. The Contractor shall perform and document a complete system set-up and checkout at NASA Glenn Research Center upon completion of the installation. The checkout shall insure the Wire EDM meets all functionality specifications listed in this document. This checkout and documentation shall be in a form that the Government, if it desires, can later repeat the same procedures to ensure accurate field measurements. Item 4 Training The Contractor shall provide training for one Government person in the basic safe set-up, calibration, and operation of the Wire EDM and associated software. This training shall be at the NASA Glenn Research Center and be performed during or after checkout. Item 5 Maintenance and Standard Warranty As part of the system requirements, the Contractor shall provide their commercial warranty and maintenance program to maintain the original equipment performance specifications on Item 1. A copy of the maintenance program and the period it covers shall be furnished to the Contracting Officer in the offeror's proposal. The provisions and clauses in the RFQ are those in effect through FAC 01-07. The NAIC code is 333512 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Glenn Research Center is required within 30 days of award. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by August 7, 2002, 4:30p.m. GRC local time and may be mailed or faxed (if not more than 10 pages) to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, (216) 433-5489 and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number (TIN) and other Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per 52.212-1, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page printout showing the price for a new Wire EDM shall also be included. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation. NASA is not responsible for non-receipt of faxed offerors due to mechanical malfunctions or other reasons. Offerors shall provide the information required by FAR 52.212-1 and the following: If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must provide a completed copy of 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clause: _X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). __ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I to 52.219-5. __ (iii) Alternate II to 52.219-5. X (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). __ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). __ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). __ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I of 52.219-23. __ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.SC. 2323). X_ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) X (12) 52.222-26, Equal Opportunity (E.O. 11246). X_ (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) X_ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). X_ (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). X_ (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). __ (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (18) 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a - 10d). __ (19)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ (ii) Alternate I of 52.225-3. __ (iii) Alternate II of 52.225-3. __ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). X_ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). __ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). __ (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). X_ (25) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332). __ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). __ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). __ (28)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). __ (ii) Alternate I of 52.247-64. (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: NONE The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Award will be based upon overall best value to the Government among those offers that meet the specifications of Item 1 thru Item 5 above. Consideration will given to the factors of meeting specifications, total price, and past performance. Other critical requirements (i.e., delivery) if so stated in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above) and any best value criteria the offeror wishes to address. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Best Value Criteria: The following will be BVC considerations: 1. Used equipment meeting the following requirement: a) Less 100 hours as measured on a timer or other form of usage measure found on the Wire EDM, b)written statement that the used equipment was a floor model or demonstration model, c) written statement that the used equipment will be warrantied the same as new, d) written certification that the used equipment meets original manufacturer's specifications. NOTE: a used but rebuilt Wire EDM or one containing rebuilt major components will not be acceptable. 2. Delivery of less than 30 days after award. Installation and checkout of less than 30 days after delivery. Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any) and for downloading their own copy of this combination synopsis/solicitation and amendments http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#102512)
 
Record
SN00127692-W 20020731/020729213726 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.