Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

34 -- SAW, RIP

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
333210 — Sawmill and Woodworking Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-SB3100-7093-3120
 
Response Due
8/28/2007
 
Description
The Defense Distribution Depot, Red River, (DDRT) Texarkana, TX 75507-5000 has a requirement for the following straight line rip table saw. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, Streamlined Solicitation for Commercial Items, Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). Reference Number is SB3100-7093-3120. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2005-18, Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) 20070802, and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and PROCLTR 2007-09. This solicitation is UNRESTRICTED. The North American Industry Classification System (NAICS) code is 333210 and the associated size standard is 500 employees. SPECIFICATIONS: Rip Saw: Voltage: 240 V, 3 phase, 60 cycle power supply with disconnect at saw Saw HP: 20 HP Arbor motor, 3,450 RPM Motor HP: 3 HP feed motor Brake: Automatic Arbor Stock Capacity: 12? minimum length; 1/8? minimum thickness and 4.250? maximum thickness Throat Capacity ? 56? to right of blade with 30? to left of the blade Feed Speed: Variable 70 ? 200 FPM Glue Joint Length: 96? (8?) guarantees glue joint length Feed Chain and Pressure Beam (Diehl): Standard feed chain and pressure beam design with pressure beam side guard; 3 HP feed motor Stock Guide: Rod bearing, Heavy Duty Kickback Fingers: Upper and lower kickback fingers with automatic rising and lowering of lower anti-kickback fingers ? single sensor Vertical adjustments on saw arbor Table: Size: 80 Inch Automatic raising and lowering of the lower anti-kickback fingers ? Single Sensor Rod bearing stock guide Contractor shall provide operator training for one day at DDRT, Texarkana, TX. NOTE: Trade-in of Diehl SL-52WA Rip Saw, Serial Number 7/85M-4836-4247 Line Item 0001 ? Straight Line Rip Saw ? 1 EA @ = $_______________ each = $__________________(Price quoted should be quoted FOB destination) Line Item 0002 ? Operator Training - 1 EA @ = $_______________ each = $__________________(Price quoted should be quoted FOB destination) Line Item 0003 ? Trade-In Allowance - $________________ Delivery Date ___________________________days after receipt of order The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 - Instructions to Offerors ? Commercial Items applies to this acquisition. Addenda to 52.212-1: The following two paragraphs are hereby deleted from this provision: (h) Multiple Awards and (i) Availability of requirements documents cited in the solicitation. Reference paragraph (c) under FAR provision 52.212-1. This paragraph is tailored to read as follows: (c) Period of acceptance of offers. The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified from receipt of offers. Quotation Submission Instructions: Contactor shall submit a quotation that consists of at a minimum, the following: 1. Descriptive Literature 2. Past Performance 3. Representations and Certifications 4. Documentation ? Operator Training Submit all data via the following methods: (1) mail to Defense Distribution Center Acquisition Operations (DDC-AB) Attn: Karen Kaufman, Mission Drive, Building 404, New Cumberland, PA 17070 or FedEx to same address as (2) above, except use J Avenue in lieu of Mission Drive. Failure to submit all the above requested information may result in the quotation being eliminated from consideration for award. The name and telephone number of the individual to contact for information regarding this solicitation is: Karen Kaufman, Contract Specialist, Phone 717-770-5516 or E-mail Karen.Kaufman@dla.mil. FAR 52.212-2 - EVALUATION ? COMMERCIAL ITEMS (a) The Government intends to award a contract or contracts resulting from this solicitation to a responsible offeror or offerors using the lowest price technically acceptable source selection process. Quotations shall be evaluated for acceptability only and shall not be rated. Award will be based on the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the non-cost factors. The following non-cost factors shall be used to evaluate quotations: Factor 1 ? Technical capability of the products offered to meet the Government?s requirement and Factor 2 ? Past Performance. Factor 1 shall be evaluated on a ?go/no go? basis. If a quotation has been determined to be a ?go? on Factor 1, then Factor 2 will be evaluated to determine if the offeror?s past performance history is satisfactory. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorable on past performance. Factor 1 shall be evaluated on a ?go/no go basis. If a quotation has been determined acceptable ?go? on Factor 1, then Factor 2 will be evaluated. An offeror who has submitted a technically acceptable quotation, and who has either been found to have a satisfactory past performance history, no relevant past performance history, or for whom no past performance information is available, will then have its quotation evaluated for the lowest price. 1. Factor 1 ? Technical capability of the products offered to meet the Government?s requirement The minimum criteria for acceptability for this factor shall be the submission of descriptive literature and any other information required to clearly indicate that the offeror is proposing and will be providing the straight line rip in accordance with all stated characteristics located in the Schedule of Supplies/Services. ?Descriptive literature? means information (e.g., cuts, illustrations, drawings and brochures) that is submitted as part of a quotation. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that 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. The term includes only information required to determine the technical acceptability of the offered product. Descriptive literature must be (1) identified to show the product which it applies and (2) received by the date and time specified in the solicitation for the receipt of offers. Failure to submit descriptive literature or failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation may result in the rejection of the offer. 2. Factor 2 ? Past Performance By past performance, the Government means the offeror?s record of conforming to the solicitation specifications and to standards of good workmanship; the offeror?s adherence to contract schedules, including the administrative aspects of performance; the offeror?s reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offeror?s business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely deliveries. Offerors who have submitted a technically acceptable quotation will be given an opportunity to address any unfavorable reports of past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. In evaluating an offeror?s past performance record, the Government will consider information in the offeror?s quotation and any information which may be obtained from other sources, including (as applicable) past and present customers and their employees; state and local agencies; other DoD components; other Federal Agencies; consumer protection organizations and better business bureaus; other public agencies; private firms, and former subcontractors; and others who may have useful information. The information provided should reflect similar type contracts for the same or similar type products under an indefinite delivery type arrangement. The offeror shall provide: a. A list of contracts, preferably three, commercial or government that have been performed within the last five (5) years. This list shall include: point of contact, address, telephone number, dollar amount of contract, performance schedule and a brief description of the services provided. b. A list of any ?significant problems? encountered for the contracts reported in response to paragraph (a) above. General examples are: shortages, overages, damage and misshipments. Include also a brief description concerning how these problems were handled and remedied. References may be contacted as part of the evaluation process. 3. Price If a quotation has been determined technically acceptable, the Government will then evaluate the quotation for the lowest price. The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer?s opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of the price. Although the Government intends to award a firm-fixed price contract as a result of this solicitation, the Government reserves the right to reject any and all quotations. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 4. Complete the following Certifications and/or ORCA FAR 52.212-3 - Offeror Representation and Certifications ? Commercial Items (Alternate I) and DFAS 252.212-7000 ? Offeror Representations and Certifications ? Commercial Items Contractors are required to include a completed copy of the FAR provision 52.212-3, Offeror Representations and Certifications ? Commercial Items (Alternate I) and DFARS 252.212-7000 ? Offeror Representations and Certifications ? Commercial Items with its price quotation, proposed rip saw descriptive literature and past performance information. Addendum to FAR 52.212-4: FAR 52.247-34 ? F.O.B. Destination FAR clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.219-28 ? Post-Award Small Business Program Representation, 52.222-3 - Convict Labor, 52.222-19 ? Child Labor ? Cooperation with Authorities and Remedies, 52.222-21 ? Prohibition of Segregated Facilities, 52.222-26 ? Equal Opportunity, 52.222-35 ? Equal Opportunity for Special 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, and Other Eligible Veterans, 52.225-13 - Restrictions on Certain Foreign Purchases, 52.232-33 ? Payment by Electronic Funds Transfer- Central Contractor Registration, DFARS 252.212-7000 - Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions are applicable to this acquisition: DFARS 252.225-7021 ? Trade Agreements, DFARS 252.225-7036 ? Buy American Act ? Free Trade Agreements Balance of Payments Program ALT 1, DFARS 252.247-7023 -Transportation of Supplies by Sea The following DFARS provision is hereby added in full text: DFARS 252.217-7002 Offering Property for Exchange (Dec 1991). (a) The property described in Item Number 0003, is being offered in accordance with the exchange provisions of Section 01(c) of the Federal Property and Administrative Services Act of 1949, 63 Stat. 384 (40 U.S.C. 481(c)). (b) The property is located at Defense Distribution Depot, Red River, (DDRT) Texarkana, TX 75507-5000. Offerors may inspect the property during the period August 14, 2007 through August 22, 2007 from 07:30 AM to3:00 PM, Monday through Friday. Point of contact is A.C Ellis @ 903-334-4546. (End of provision) The following DLAD provisions are hereby added in full text: DLAD 52.233-9000 Agency Protests. Companies protesting this procurement may file a protest 1) with the contracting officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity?s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the contracting officer; this process is not an appellate review of a contracting officer's decision on a protest previously filed with the contracting officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the contracting officer. DLAD 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (ADR). (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained calling 1-888-227-2423 or via the internet at www.bpn.gov. All responsible business concerns may submit a quotation that shall be considered by this agency. In order to be eligible for award, a Contractor must be determined to be responsible in accordance with FAR 9.104. Request for Quotation (RFQ) due date and time is August 28 2007 ? 2:00PM local time.
 
Place of Performance
Address: Red River, Texarkana, TX
Zip Code: 75507-5000
Country: UNITED STATES
 
Record
SN01371559-W 20070816/070814220122 (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  © 1994-2020, Loren Data Corp.