Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2003 FBO #0624
SOLICITATION NOTICE

66 -- Computerized Coordinate Measuring Machines

Notice Date
8/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
DTCG38-03-Q-500009
 
Response Due
8/29/2003
 
Archive Date
9/30/2003
 
Point of Contact
Denise Hall, EISD Purchasing Agent, Phone 252-334-5323, Fax 252-335-6849, - Constance Cox, EISD Contracting Officer, Phone 252-335-6011, Fax 252-335-6849,
 
E-Mail Address
DHall@arsc.uscg.mil, CCox@arsc.uscg.mil
 
Description
This 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 announcement constitutes the only solicitation, quotes are being requested and a written document will not be issued. The U.S. Coast Guard intends to solicit and negotiate with only Brown & Sharpe Mfg. Co. Div. Precision Measuring Instruments TESA USA, 200 Frenchtown Road, North Kingstown, RI 02852 on a sole source basis for the procurement of two (2) Brown & Sharpe Computerized Coordinate Measuring Machines (CMM). DTCG38-03-Q-500009 is issued as a Request for Quotation (RFQ). The applicable NAICS number is 334513; small business size standard is 500 employees. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-15. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. Item 1: Brown &Sharpe Global Image 555 CMM with measuring range of 20"x20"x20", Quantity 1 Each; Item 2: Brown & Sharpe Global Image 575 CMM with measuring range of 20"x28"x20", Quantity 1 Each. Minimum requirements for each system are as follows: Overall height of each machine must not exceed 96". Each machine shall be capable of fitting through a 36" door and a have a maximum machine weight of less than 1500 lbs. Each machine must have, Automated scanning technology, ability to interface directly with existing ProEngineering Solid Modeling Software, Windows 2000 based software with minimum computer configuration of P4 2.2 /512MB RAM/36QB HD/ 128MB Video Card, Graphical User Interface with ability to use full 3D CAD files, ability to do linear open and closed scans along with patch and rotary scans, integrated graphical reporting with CAD drawings and measured results, ability to program from graphics window and text editor simultaneously, fully automatic probe head which can index every 7??, air bearings on all axis for frictionless movement. Volumetric measuring uncertainty along any direction in space according to ISO 10360-2 should be no greater than 1.9+L/333 and MPEP of 1.9um. Machine acceleration should be 170" per sec.? and velocity of 34" per sec. Price for each CMM must include delivery and set-up at ARSC as well as on-site certificated training on both machines for 5 students. Item 3: TP200 Module ? additional module for TP200, Standard and Low Force, P/N TP200, Quantity 6 Each; Item 4: Color Super VGA Monitor 22 Inch. Quantity 2 Each; Item 5: Pr4 Workstation, Quantity 2 Each; Item 6: On-site Training for PCDMIS Software to include all travel expenses. Required delivery is 31 October 2003. Travel associated with Item 6: All reasonable and allowable travel, car rental, lodging/meals/incidental expenses incurred by the contractor shall be reimbursed based on actual costs in accordance with FAR 31.205-46. These costs shall be considered reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations. Airfare costs in excess of the lowest customary standard, coach, or equivalent airfare offered during normal business hours are unallowable except when such accommodations require circuitous routing, travel during unreasonable hours, excessively prolonged travel, resulting in increased costs that would offset transportation savings. Documentation to support actual costs incurred shall be in accordance with the contractor's established practices subject to inclusion of (1) date and place of the expense, (2) purpose of the trip, and (3) name of traveler and title and provided that a receipt is required for each expenditure of $75.00 or more. Coast Guard Regulations: The contractor and all his employees shall obey applicable Coast Guard regulations, including fire prevention. It shall be the responsibility of the contractor to familiarize all of his employees with Coast Guard regulations such as speed limits, parking regulations, etc. in force during the term of the contract. Packaging: Packaging, packing and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. Items shall be individually packaged and labeled. Labeling shall include the appropriate, Part Number, Nomenclature, Quantity, Purchase Order and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type, or peanut packaging. The internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Bar coding is not required. Quotes may be submitted F.o.b. Destination or F.o.b. Origin, Freight Prepaid. F.o.b. Origin quotes must include shipping costs. Material can be delivered F.o.b. suppliers plant with shipment to be made to destination subject to reimbursement. Items are to be delivered to U.S. Coast Guard Aircraft Repair & Supply Center, Bldg. 63, Elizabeth City, NC 27909-5001. Inspection and acceptance of material shall be performed by USCG Aircraft Repair and Supply Center Receiving Personnel. Items delivered shall be new material. Reconditioned/used material is not acceptable. Drawings are not available and cannot by furnished by U.S. Coast Guard. Closing date for receipt of quotes is 29 August 2003 4PM ESDT. For information regarding this request for quotation, contact Denise Hall (252) 334-5323 or e-mail dhall@arsc.uscg.mil or mail address Denise Hall, Purchasing Agent, U.S. Coast Guard, ARSC, EISD Procurement Office, Bldg 78, Elizabeth City, NC 27909-5001. Facsimile quotes are acceptable and may be faxed to (252) 335-6849. All responsible sources may submit an offer which shall be considered by the agency. Contractors must have valid Cage Codes, DUNS Numbers and be registered with CCR. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items (OCT 2000) , FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) award will be made to the offeror proposing the best value to the Government considering technical acceptability, price, delivery and past performance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2003) Offerors shall include a completed copy of this provision with offer; FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2002) with the following addenda: 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) DO-A1, FAR 52.242-13 Bankruptcy (JUL 1995), FAR 52.247-32 F.o.b. Origin, Freight Prepaid (Jun 1988), FAR 52.247-34 F.o.b. Destination (NOV 1991), FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) Full text may be accessed electronically at internet address http://www.arnet.gov/far FAR 52.252-2 Clauses Incorporated by reference (Feb 1998) Full text may be accessed electronically at internet address http://www.arnet.gov/far , FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2003)(a) (b) (1)( ALT 1 Oct 1995), (7), (13-19), (21) (24), (25) and (29). Quotes may be submitted on company letterhead stationary and must include the following information: Nomenclature, Part Number, Unit Price, Extended Price, Estimated Delivery, Payment Terms, discounts offered for prompt payment, F.o.b. Shipping Terms, a cost breakdown of estimated travel expenses associated with Item 6, and must include the required FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jun 2003) of which copies can be obtained by downloading the document from www.arnet.gov/far/, by email request to dhall@arsc.uscg.mil or by calling the agency. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT) offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000 from DOT's Short-Term Lending Program(STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169 Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: Performance associated with CLIN 6 is USCG Aircraft Repair & Supply Center, Elizabeth City NC
Zip Code: 27909
Country: United States
 
Record
SN00399258-W 20030815/030813213106 (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.