Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2002 FBO #0256
SOLICITATION NOTICE

35 -- Microprocessor Controlled New Yorker Model ES 30 Inch x 60 Inch (or equivalent) Hot Head Steam Press.

Notice Date
8/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
DAAD16-02-T-0146
 
Response Due
8/19/2002
 
Point of Contact
Peggy Dube, (508) 233-4481
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center
(peggy.dube@natick.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA The U.S. Army Robert Morris Acquisition Center-Natick Contracting Division, Natick, MA, in support of the U.S. Army Soldier and Biological Chemical Command, Soldier Systems Center, (USA, SBCCOM, SSC), has a requirement for a Microprocessor Controlled New Y orker Model ES 30 Inch x 60 Inch (or equivalent) Hot Head Steam Press. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6 and 13.5, as supplemen ted with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation number for this combined synopsis and solicitation announcement is DAAD16-02-T-0146 a nd is being issued as a Request for Quotation. This procurement action is being conducted as a 100% Small Business Set-Aside and the North American Industry Classification Code System (NAICS) Code is 421830 with an associated business size standard of 100. The intended item numbers (CLINs) and description of items required are as follows: CLIN 0001: Microprocessor Controlled New Yorker Model ES 30 Inch x 60 Inch (or equivalent) Hot Head Steam Press with Pneumatically Operated, Flat Top Buck, Steam and Vac uum in Bottom Buck, Two Hand Safety Control Buttons, Automatic Vacuum On Release meeting a minimum temperature of 300 Degrees Fahrenheit. This hot head steam press shall include the following: 1) Automatic Stop Control with One Inch Head; 2) RT 8 Vertica l one and one-half Horsepower Rema Dry Vacuum; 3) Automatic Pressure Control; 4) Full Warranty and 5) 24-Hour Response Time for Unexpected Repairs. CLIN 0002: Eight-Hour Start-Up & Training Session to be held on site at the USA SBCCOM SSC located on Kans as Street in Natick, MA 01760 within a week of installation (5 business days). As a result of this solicitation, the Government intends to award one firm fixed price purchase order. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition, addenda to include the following: Delivery shall be F.O.B. Destination Natick, MA. Required Delivery Date is 7 October 2002. CLIN 0001 Inspection shall be at Origin by the Contractor; CLIN 0002 Inspection shall be at D estination by the Contractor. Contract Acceptance shall be at Destination by the cognizant receiving authority. Offerors shall submit the following: (1) A written Quote for Microprocessor Controlled New Yorker Model ES 30 Inch x 60 Inch (or equivalent) Hot Head Steam Press and Eight-Hour Start-Up & Training Session as detailed in the proposed CLIN 0001 and CLIN 0002 above; (2) Commercial product literature that provides sufficient data to evaluate the technical capabilities of the products being provided ; (3) Supporting documentation detailing how they plan to provide the required 24-hour response time for unexpected repair service; (4) Offeror shall cite its best delivery date and time - item required on or before 7 October 2002; (5) Offeror shall descri be its commercial warranty terms for the equipment; (6) Prices shall be submitted on price per CLIN basis and shall be all inclusive of the items detailed and include F.O.B. Destination; (7) Past Performance information shall be submitted identifying th ree references citing company names, points of contact (POC), POC telephone numbers, e-mail addresses, contract numbers and a brief description of the item and work performed within the past 12 months; and (8) Completed copy of the provision for Represent ations and Certifications at FAR 52.212-3 and DFARS 252.212-7000 with their quote. Offerors shall submit two (2) copies plus one original (identified as such) of their quote and all supporting documentation. This is an all-inclusive requirement and shall, therefore, be provided in total by one vendor. The provision at FAR 52.212-2, Evaluation Commercial Items applies to this acquisition. The following areas wi ll be evaluated and are stated in descending order of importance: Technical Capability is of greater importance than Past Performance, which is of equal importance to Price. TECHNICAL AREA: Technical capability of the item offered to meet the Government requirement as detailed in CLIN 0001 and CLIN 0002 above, as demonstrated by written proposal and product literature. Technical data requirements include a 30 Inch X 60 Inch hot head stem press that meets the following requirements: Controlled microproce ssor; Pneumatically operated; Electrically heated flat top buck; Steam and vacuum bottom buck; Two hand safety control buttons; Automatic vacuum on release; Meets minimum temperature of 300 degrees F; Automatic stop control, 1 inch head; Automatic pressure control; RT 8 vertical 1 ? horsepower Rema dry vacuum; Fully warranted; Respond to technical problems (repairs) within a 24-hour time frame; Deliver by 7 October 2002; Provide start-up and on-site operational training within a week of installation (5 bus iness days). Technical Area will receive a narrative rating as follows: Excellent, Acceptable, or Unacceptable. PAST PERFORMANCE: Past Performance Area will be evaluated for relevant experience in providing these or similar items. A narrative rating of acceptable or unacceptable will be assigned based on the evaluator's findings of the relative risks associated with the Offeror's likelihood of success in accomplishing this effort. PRICE AREA: The overall price for CLIN 0001 and CLIN 0002 will be evalu ated based on the price competition of this acquisition. Award will be made to the Offeror whose quote represents the best overall value to the Government based on the Areas set forth herein. To receive consideration for award, overall evaluations of not less than 'Acceptable' must be achieved in all Areas. Offerors are cautioned that award may not necessarily be made to the lowest-priced Offeror. This combined synopsis and solicitation document and incorporated provisions and clauses are those in effec t through Federal Acquisition Circular (FAC) 97-16. The following FAR clauses and provisions apply to this acquisition: 52.212-1; 52.212-2; 52.212-3; 52.212-4; 52.212-5 (the following clauses there-under are applicable: 52.222-21; 52.222-26; 52.22-35; 52 .222-36; 52.222.37; 52.232-33); 52.222-25; 52.225-13; 52.233-3; 52.237-2; 52.247-34; 52.252-1; 52.252-2; 52.253-1; DFARS 252.203-7001; 252.212-7000; 252.212-7001 (the following clauses there-under are applicable: 252.225-7001; 252.243-7002). The full text version of these provisions and clauses may be located at http://farsite.hill.af.mil. This synopsis/solicitation may also be viewed on the US Army Robert Morris Acquisition Center-Natick Homepage, at http://www3.natick.army.mil Questions concerning this combined synopsis/solicitation may be directed via e-mail, only, to Peggy Dube, Contract Specialist, at peggy.dube@natick.army.mil All quotes shall be received at the US Army Robert Morris Acquisition Center-Natick, no later than 5:00 P.M. EST on 19 Augu st, 2002. The mailing address is as follows: U.S. Army Robert Morris Acquisition Center-Natick, ATTN: AMSSB-ACN-S/Peggy Dube, Building 1, Kansas Street, Natick, MA 01760-5011.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00139704-W 20020815/020813213557 (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.