Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
MODIFICATION

39 -- REMOTE TOOL DISPENSING MACHINES

Notice Date
6/23/2005
 
Notice Type
Modification
 
NAICS
333311 — Automatic Vending Machine Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-05-Q-0180
 
Response Due
3/24/2005
 
Point of Contact
Karen England, Contract Specialist, Phone 757-396-8372, Fax 757-396-8503, - Cindi Newcomb, Supervisory Contract Specialist, Phone 757-396-8352, Fax 757-396-8368,
 
E-Mail Address
englandkl@nnsy.navy.mil, newcombcb@nnsy.navy.mil
 
Description
NOTE: THIS SOLICITATION IS HEREBY RE-OPENED TO INCORPORATE AMENDMENTS 0001 AND 0002. QUANTITY OF UNITS REQUIRED IS CORRECTED TO READ: CLIN 0001 = 2 EA; CLIN 0002 = 2 EA This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13 with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation ? A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number N00181-05-Q-0180 applies and quotations are being requested. NAICS code 333311, Small Business Size Std: 500 employees. This requirement is being processed unrestricted.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27 and the Defense Federal Acquisition Regulations Supplement 1998 Ed. FISC Norfolk Naval Shipyard Annex anticipates issuing a firm fixed-price contract for the following items: 1) Remote Dispensing Tool Vending Machine; SPECIFICATIONS: Machine shall have a minimum of 60 coil/helix stations and occupy an area of less than 12 sq ft. The coil/helix dispensing format must allow for bins to be easily adjusted to a variety of sizes to allow for different sizes of carbide inserts loaded into the machine. Workers shall be able to access the machine by two (2) possible methods: By swiping an employee badge through a magnetic stripe or by entering an employee number and password onto a keypad located directly on the machine; Qty 1 ea; 2) Tool Carousel Machine; SPECIFICATIONS: Machine shall have a minimum of 1000 item locations and occupy an area less than 10 ft sq. Each carousel bin shall be easily adjusted to a variety of sizes to allow for different size of drill bits, end mills etc. loaded into the machine. Workers shall be able to access the machine by two (2) possible methods: By swiping an employee badge through a magnetic stripe or by entering an employee number and password on a touch screen located directly on the machine. APPLICABLE TO BOTH ITEMS: Software shall have the ability to generate replenishment reports based on a predetermined min/max level. The software shall general reports on items used, item usage by employee, items used by job description. Software shall the ability to limit employees to specific items only or limit the amount of each item an employee may access. Contractor's offer shall include one (1) year full warranty of machines and software, delivery and complete installation of both machines and five (5) days of on-site training. ALL QUOTATIONS SHALL CONTAIN SPECIFICATION LITERATURE ADEQUATE TO EVALUATE ITEMS BEING OFFERED .IAW FAR 52.212-1(b)(4), FAILURE TO PROVIDE THE NECESSARY DATA FOR EVALUATION MAY RESULT IN A CONTRACTOR?S OFFER BEING DEEMED AS NON-RESPONSIVE. DFARS 252.204-7004 ?REQUIRED CENTRAL REGISTRATION? APPLIES. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Information can be obtained through Internet @ http://ccr/edi.disa.mil. The following provision/clauses are applicable: FAR 52.212-1, FAR 52.212-2 (offers will be evaluated on price and technical compliance); 52.212-3, 52.212-4, 52.212-5, (52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9, 52.232-33 incorporated) ADDENDA: DFAR 252.212-7001(252.225-7001 incorporated) A COMPLETED CERTIFICATION AS REQUIRED BY FAR 52.212-3 SHALL ACCOMPANY ALL RESPONSES TO THIS SOLICITATION. Parties responding to this Request for Quotation may submit their quote in accordance with their standard commercial practices (i.e. company letterhead, quote form etc) but must include the following: 1) Complete mailing/remittance address(es); 2) Prompt payment discount (if applicable); 3) Delivery schedule; 4) Taxpayer ID#, 5) Complete certifications as required herein. All quotations must be received NLT 3:30 PM local time, 24 MARCH 2005 , Questions/Responses may be faxed to (757) 396-8503, e-mailed to englandkl@nnsy.navy.mil, mailed to FISC Norfolk Naval Shipyard Annex, Attn: Karen England, Code 532.1G, Bldg 1500, 2nd floor, Portsmouth, VA 23709-5000 Delivery shall be on or before 11 April 2005,Offers shall identify best possible delivery schedule. FOB Destination, NNSY, Portsmouth, VA 23709-5000, Inspection/Acceptance at destination TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
 
Place of Performance
Address: Portsmouth, VA
Zip Code: 23709
 
Record
SN00835537-W 20050625/050623221110 (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.