Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2004 FBO #0997
SOLICITATION NOTICE

49 -- Laser Powder Feeder

Notice Date
8/17/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 Naval Undersea Warfare Center Keyport 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025304Q0253
 
Response Due
8/27/2004
 
Archive Date
9/26/2004
 
Point of Contact
S. Rocheleau 360-396-7036 (Fax) Attn: Supply Department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610, Facsimile: 360-396-7036
 
E-Mail Address
Email your questions to S. Rocheleau, Procurement Coordinator, ITS
(rocheleausl@kpt.nuwc.navy.mil)
 
Description
This requirement in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-04-Q-0253. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-24. The applicable NAICS Code for this requirement is 333992 and has a size standard 500 employees. The following requirements are: CLIN 0001: NSN: None. Manufacturer: GTV MBH, Brand Name Or Equal, Part No. PF-2/2, Qty 2 ea, Laser Powder Feeder. Salient Characteristics/Description: Single integrated system must have double powder hoppers, each a minimum o! f 1.5 liter, each with independent closed loop control of Argon massflow rate. Each powder hopper must be independently controlled within the same system simultaneously, a minimum of two (2) massflow controllers, 0-15 SLPM and two (2) independent motor driven disc delivery systems for power delivery. Disc groove for laser application must be 0.6mm x 5 mm. Each hopper must have its own mixer, flow meter and powder hose, 4.5m. System shall be capable of being controlled robotically with digital and analogue controls for massflow control. All feeder parameters must be displayed on HVOF operator panel. Service and maintenance must also be accessible via operator panel. Powder hoppers must be mounted on a mobile console. All documentation to be in English. Spare parts kits must be provided and must contain at a minimum; Service tool kit, Sealing kit, Two (2) spare spreader sets. Power requirements are 110V/60 Hz Power Supply. System must be compatible with High Power (! 3kW+) Nd:YAG Laser Cladding Processes. Contractors to provide customer references to verify successful product implementation and performance in an industrial environment. Inspection and Acceptance at Destination. FOB Destination: Naval Undersea Warfare Center Keyport, Keyport, WA. Required Delivery to be within 15 Days after date of award. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7035 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.204-6 Data Universal Number (DUNs) Number, Clause 52.212-4 Contract Terms and Conditions-Commercial items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Stat! utes or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)), 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation w/Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR, 52.232-18 Availability of Funds. DFAR Clause 525.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses cited in this clauses are applicable! to this acquisition: 252.225-7036 Buy American Act-NAFTA Implementation Act-Balance of Payments Program, 252.247-7023 Transportation of Supplies by Sea and 252.247-7024 Notification of Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. Quotes/Offers are due no later than 27 Aug 2004, 1500 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9E. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov/). (3) Offerors! are requested to provide Descriptive Literature with their quote. (a) Descriptive literature, as used in this provision, means information furnished by an offeror, such as cuts, illustrations, drawings, and brochures, that show a product's characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. (b) Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements, such as: (1) Design, (2) Materials, (3) Components, (4) Performance characteristics, and (5) Methods of manufacture, assembly, construction or operation. (c) Descriptive literature, shall be: (1) Identified to show the item(s) of the offer to which it applies, and (2) Received by the time specified in this sol! icitation. (d) If the offeror fails to submit descriptive literature on time, the Government may reject the offer, except that late descriptive literature sent by mail may be considered under the Submission, Modification, Revision and Withdrawal of Proposals provision in accordance with FAR 52.212-1 paragraph (f). (e) If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government may reject the offer. The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: Single Award for All Items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves t! he right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR 9.104. Any questions should be submitted in writing via the fax number provided above or e-mailed to rocheleausl@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and! result in rejection of the same.
 
Web Link
NUWC Acquisition Division
(http://www-keyport.kpt.nuwc.navy.mil/NECO/solicitation.htm)
 
Record
SN00645752-W 20040819/040817212948 (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.