Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

35 -- HYDRAULIC SHEET METAL SHEARS AND HYDRAULIC PRESS BRAKE

Notice Date
9/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92236-04-Q2120
 
Response Due
9/24/2004
 
Archive Date
10/9/2004
 
Point of Contact
Connie Burgess, Contracting Officer, Phone 910-243-1345, Fax 910-243-0249,
 
E-Mail Address
burgessc@jdi.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The US Special Operations Command, Pope Air Force Base, North Carolina has a requirement for the purchase and delivery of Hydraulic Press Brake and Hydraulic Shear, in accordance with the items description provided herein. This item is being procured on a Brand Name or Equal basis. This is a combined synopsis and 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 procurement is H92236-04-Q-2120 and is issued as a Request for Quotation (RFQ), under simplified acquisition procedures. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2004-0205, Defense Acquisition Circular (DAC) 91-13 correction and Air Force Acquisition Circular (AFAC) 96-5(2). For informational purposes The Standard Industrial Classification Code is 3542. The North American Industry Classification System is 333513. The size standard is 500 Employees. The BID SCHEDULE shall be for CLIN 0001 Hydraulic Press Brake, 10 feet X 240 Ton, Max bending Length 120 inches, Max Stroke Length 8 inches, Open Height 14 Inches, Throat Depth 8 Inches, Ram Repeatability +/- .002?, Ram Speed: Approach (Rapid) 50 IPM, Bending 25 IPM, Return 70 IPM, Hydraulic Pressure 2500 lbs, Hydraulic Oil Capacity 65 Gallons, Motor Horsepower-30, Electrical Requirements-230V 80 amp/460V 40 amp. Manual Front Operated Back gauge, 24? Support Arms ?Slide Type?, Work Light, Variable Tonnage Control, One Shot Lubrication. Mfrg Betenbender Mfg Model No. 10? X 240 Ton, or Equal, Qty 1 each. CLIN 0002 Hydraulic Shears, Capacity A-36 Mild Steel (80,000 lb tensile) 3/8?, Main Motor (H.P.) 20, Nominal Cutting Length 97 inches, Number of Holddowns 120, Knives (Four Cutting Edges), Rake of Moving Blade per foot 3/8?, Strokes per minute 11, Hydraulic tank, Go To Backgauge Control with Presets, 48? Support Arm, Solid Table Top-Bolt On Segments, 2 Position Power Blade Gap Adjustment, 3 Position Power Blade Gap Adjustment, One Shot Lubrication. Mfrg Betenbender Model No. 10-375, 10? X 3/8? or equal, Qty 1 each. FOB Point: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. This requirement is 100% SET ASIDE FOR Small Business. Interested firms may identify their interest and capability to respond to the requirement. Written responses to this synopsis shall contain sufficient documentation to establish a bona-fide capability to fulfill this requirement. Interested sources shall include in their written RFQ, technical capabilities, pricing, and other information that demonstrates the ability to meet this requirement. The Government contemplates award of a firm fixed price contract resulting from this solicitation. Firms responding to this synopsis should reference the solicitation number and indicate their business size as defined by FAR 52.219. Inquires concerning this synopsis must be in writing and may be faxed to 910-243-0249. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). (1) original letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit price, total price, a copy of proposal and catalog literature on any quoted ?or equals?. Any ?or equals? must meet the minimum salient characteristics to include functional and physical (2) completed Representation and Certifications, and (3) acknowledgement of any amendments that may be issued. (4) PERIODOFCCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD:IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the lowest priced technically acceptable offer. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 910-243-1345. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.211-6, Brand Name or Equal; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.233-3 Protest After Award; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.222-3 Convict Labor (E.O. 11755); FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 25.222-35 Equal Opportunity for Special Disabled Veterans, Veterans the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.22-37 Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act, FAR 52.225-13;FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-15 Sanctioned European Union Country End Products; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE USSOCOM REGIONAL CONTRACTS OFFICE, BLDG 3-1947 MALVESTI RD, POPE AFB NC 28308 NO LATER THAN 12:00 P.M. EST ON 24 September 2004. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, DATE & TIME, AND REQUEST FOR QUOTATION (RFQ) TITLE ON THE OUTSIDE OF THE ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED AT (910)2430249. The point of contact for this solicitation is Connie Burgess, 910-243-1345, EMAIL Address burgessc@jdi.army.mil.
 
Place of Performance
Address: USSOCOM REGIONAL CONTRACTS OFFICE -POPE, BLDG 3-1947 MALVESTI RD, POPE AFB NC
Zip Code: 28308
Country: USA
 
Record
SN00669319-W 20040911/040909213211 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.