Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

34 -- 34 - - METALWORKING MACHINERY

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
333518 — Other Metalworking Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX, 78419
 
ZIP Code
78419
 
Solicitation Number
N68836-06-T-0164
 
Response Due
9/7/2006
 
Archive Date
9/22/2006
 
Small Business Set-Aside
Total Small Business
 
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, no written solicitation will be issued. Solicitation number N68836-06-T-0164 applies. This announcement constitutes the request for the required services under RFQ N68836-06-T-0164. The North American Industry Classification System (NAICS) Code is 333518 and the Small Business Size Standard is number of employees 500. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. Numbered Note 22 applies. Note: The contract for procuring one (1) U. S. Industrial Hydraulic Shear or equal, 10 ft X 1/4" inche, Model: US1025, for the Public Works, NAS, Corpus Christi, TX. CLIN 0001 1 Each ? Industrial 10 Ft X ? inch, Hydraulic Shear, (See Specifications Listed Below) Small Business Set Aside. CLIN 0002 Hydraulic Shear Accessories, SubClin: 0002AA 1 Each Pneumatic Sheet Lift, SubClin: 0002AB - 1 Each Material Support Drop Chute, SubClin: 0002AC - 1 Each Front and Rear Protection, SubClin: 0002AD - 1 Each Back Gauge, 48 Inch CLIN 0003 1 Each Cost for Freight ( If Applicable) STANDARD EQUIPMENT SQUARING ARM, HIGH CARBON, HIGH CHROME SHEAR BLADES, QUANTITY OF 24, 1" BALL TRANSFERS, MANUAL QUICK CHANGE BLADE GAP, ADJ. SQUARING ARM, 43.5" FROM BLADE TO END, STROKE COUNTER, FRONT-CONTROLLED POWER BACK GAUGE, BLADE GUARD, MICRO SWITCH PROTECTED HYDRAULIC, ELECTRICAL OVERLOAD PROTECTION AUTOMATIC SWING-UP ON BACK GAUGE, BOLT ON TABLE SEGMENTS...QYT OF 3 HOLD-DOWN FACED W/ANTI-MAR NEOPRENE, SWING BEAM DESIGN, PRESSURE SENSING HOLD DOWNS, ELECTRIC STROKE ADJUSTMENT, OPERATOR CONTROL CONSOLE, SHADOW LIGHTING, LOW NOISE GEAR PUMP, 3 SUPPORT ARMS. SPECIFICATIONS: SHEET SIZE: 126", SHEARING CAPACITY: 1/4" MILD STEEL @ 65000 PSI, SHEAR ANGLE: 1 DEGREE 30', NO LOAD STROKES: 14, THROAT DEPTH: 5.5", ADJUSTMENT RANGE OF BACK GAUGE: 0.75" - 36", HYDRAULIC OIL CAPACITY: 71 GAL, MAIN MOTOR: 15 HP, NET WEIGHT: 15,500 LBS, DIMENSIONS: 12.5' L X 5' W X 5' H, The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-6 Data Universal Numbering System (DUNS) number (JUN 1999), 52.204-7 Central Contractor Registration (Oct 2003 (JUN 1999), (52.212-1 Instructions to Offers-Commercial Items (JAN 2004), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.223-6 Drug-Free Workplace (MAY 2001, 52.225-1 Buy American Act-Supplies (JUN 2003), 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2004), 52.233-3 Protest after award (AUG 1996), 52.247-29 F.O.B. Origin (JUN 1988). The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.211-6 Brand Name or Equal (AUG 1999), 52.212-2 Evaluation-Commercial Items (Jan 1999), 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005) 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (Apr 2002 (Mar 2005) Alternate 1, 52.215-5 Facsimile Proposals (OCT 1997), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002). Within 52.212-5, the following clauses apply 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995), 52.219-1 Small Business Program Representations (MAY 2004),52.222-21 - Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35 - Equal Opportunity for Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36 - Affirmative Action for workers with Disabilities (JUN 1998), 52.222-37 - Employment Reports on Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-41 Service Contract Act of 1965 as Amended (JUL 2005) (U. S. C. 351, et seq), 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U. S. C. 206 and 351, et, seq), 52.222-44 Fair Labor Standards Act and Service Contract Act--Price Adjustment(February U. S. C. 206 and 41 U. S. C. 351, et seq) 52.223-6 Drug-Free Workplace (MAY 2001), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003), 52.232-36 - Payment by nsfer-by Third Party (MAY 1999)(31 U.S.C. 3332), 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR1984), DFAR 252.204-7004 - Central Contractor Registration (52.204-7) alternate A (NOV 2003), 252-225-7001 BA Certification, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act and DFAR 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). FREEDOM OF INFORMATION ACT (FOIA) UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. PROHIBITED PACKING MATERIALS: The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing material for items with a MARK FOR as a final destination. An itemized packing slip shall be included with each shipment citing the order number. Only vendors registered in Central Contractor Registration (CCR) (Ref: 52.204-7) will be considered for award. Go to www.bpn.gov to register, 252.232-7003 Wide Area Workflow NAVSUP SPS Consolidated Server Time Zone (Jun 2006). The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following (1) Price, and (2) Specifications meeting requestor?s requirement. PROHIBITED PACKING MATERIALS: The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing material for items with a MARK FOR as a final destination. An itemized packing slip shall be included with each shipment citing the order number. Only vendors registered in Central Contractor Registration (CCR) (Ref: 52.204-7) will be considered for award. Go to www.bpn.gov to register, 252.232-7003 Wide Area Workflow NAVSUP SPS Consolidated Server Time Zone (Jun 2006). Announcement closes 2:00 P.M., 07 Sep 2006. CST. Questions must be request and quote submitted by e-mail or in writing and address. Attn: Jesus H. Garcia, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419. Fax 361-961-2394, Telephone 361-9613877, EMAIL: jesse.h.garcia@navy.mil.
 
Place of Performance
Address: 8851 Ocean Drive, Corpus Christi, TX
Zip Code: 78419
Country: UNITED STATES
 
Record
SN01123847-W 20060825/060823222000 (fbodaily.com)
 
Source
FedBizOpps 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.