Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
DOCUMENT

65 -- Conveyor System for Optical Fabrication - Response to Questions

Notice Date
8/13/2008
 
Notice Type
Response to Questions
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, Maryland, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-08-T-0207
 
Response Due
8/27/2008 12:00:00 PM
 
Archive Date
9/11/2008
 
Point of Contact
Christina Boyd-Brown,, Phone: 301-619-2059, Burzie C Baker III,, Phone: 301-619-0707
 
E-Mail Address
christina.boyd-brown@med.navy.mil, burzie.baker@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities Announcement This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. Also, this acquisition is being conducted under FAR 13.5, Test Program Procedures for commercial items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N62645-08-T-0207. The solicitation is issued as a Request for Proposal. Provisions and clauses in effect through Federal Acquisition Circular 2005-26 are incorporated. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dars/dfars/index.htm. This procurement will be classified under North American Industry Classification System (NAICS) Code 333922, with a small business size standard of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command intends to negotiate with vendors on an open competition basis to procure a Conveyor System for optical fabrication on behalf of the United States Navy. Offerors are required to forward proposal and technical documentation by 27 Aug 08. The technical documentation will be compared to the essential minimum salient characteristics and the evaluation factors listed below: Salient Characteristics: The product description presented provides the minimum requirements for the procurement and installation of a conveyor system to transport trays through a fabrication process that produces lenses for eyeglasses. This is a replacement for a previous conveyor system that needed relocation and upgrading. Installation shall include removal of the old conveyor system, changes to all electrical requirements, testing and adjustments. The system will be required to fit in a 57’ x 48’ floor space and allow for tray flow and parts return functions. The following specifics must be met at a minimum: •Engineering services to include: oProject engineering and design oFinal design review oInstallation guidelines and panel designs, schematics, wiring drawings, etc. oProgramming oNetwork configuration oControls engineering support on-site •Custom fit the production equipment floor plan •Allow for clear pathways through machinery without gates •Accommodation for large input capacity •Impervious to wet conditions and polish residue accumulation •Smooth and Silent movement •Accommodation for required lag times built into system •Maintenance free •Sensors to modify material path when necessary •Return conveyors for tool laps and alloy blocks •Built in blower unit for tool laps drying •Built in safety mechanisms •Gravity flow roller type conveyor sections where necessary •Satisfy access requirements for equipment maintenance •Accommodations for RFID usage in the system •Modifications to existing tool lap picking system •Warranty Site visit will be on 21 August 2008 at 9:00 AM (EST) at Naval Ophthalmic Support and Training Activity 160 Main Road, BLDG 1794, Naval Weapons Station Yorktown, Virginia. Please email Christina Boyd-Brown (email address can be found at the end of this solicitation) if you are going to attend the Site visit. Provide your Company name to verify that you are registered in Central Contractor Registration (CCR) www.ccr.gov. The names of all the attendees are needed along with their email address and phone number. This information is needed NLT 12:00 P.M. (EST) Monday 18 August 2008. The Conveyor System and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. - All equipment and accessories shall be new from the manufacturer. Used or refurbished equipment, or equipment obtained from a third party shall not be accepted. Quantity:1 EACH Delivery:Naval Ophthalmic Support and Training Activity (NOSTRA) YORKTOWN, VA Delivery Date: No Later Than 17 November 2008 Extended Equipment Installation is required. Inspection: Unless otherwise specified in the order, the offeror is responsible for the performance of all inspection requirements and quality control, in accordance with standard commercial practices. Evaluation Criteria: EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the Best Value, cost and other factors considered. The technical and past performance factors, factors a. and b. below, combined are significantly more important than price, and are listed in descending order of importance. However, price may become a critical factor in the event that two or more offerors are determined to be essentially equal following the evaluation of technical and past performance factors. Evaluation of price will be based on the offeror’s total price for all line items as delivered to Yorktown, VA. The following factors are in descending order of importance and will be the evaluation factors used to evaluate all offers received: a.Equipment Factors: Conformance to Essential Characteristics and Standardization. 1.Instruction Materials - Operator’s Manual - Maintenance Manual b.Human Factors 1.Simplicity 2.Ease of use 3.Safety 4.Ergonomics c.Quality 1.Warranty 2.Parts Availability 3.Parts Cost 4.Serviceability d.Technical – Offerors shall provide in sufficient detail a technical proposal that shall meet or exceed each of the requirements of the salient characteristics. e.Past Performance – Offerors shall provide at least three past contracts of similar size and complexity held within the last three years. Each past contract will be identified by the Past Performance instructions below. In the case of an offeror without a record of relevant past performance, the past performance will be viewed as neutral. f.Price – Offerors shall provide a firm fixed price for all line items, including delivery to destination. The offeror’s initial proposal shall contain the offeror’s best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to award to other than the lowest offeror if the Government determines that a price premium is warranted due to technical merit. The Government reserves the right to award to other than the highest rated offeror. The Government reserves the right to make no award as a result of this solicitation. TECHNICAL PROPOSAL INSTRUCTIONS: Offerors shall provide sufficient technical documentation (including, but not limited to: product literature, specifications, features, pertinent maintenance or operator manuals, and warranty information) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements above. Shipping shall be FOB destination. Offeror shall specify the Total Price. Offers will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. The offeror should describe its past performance on three (3) similar contracts it has held within the last three (3) years which are for the same or similar equipment to that which is detailed in this solicitation or affirmatively state the offeror possesses no relevancy directly related to or similar past performance. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the solicitation. The offeror should provide the following information regarding its past performance: 1.Contract number(s), award date and dates of performance. 2.Name, phone number, and e-mail address of a point of contact at the federal, state, local government or commercial entity for which the contract was performed. 3.Dollar value of the contract. 4.Description of the equipment provided under the contract. 5.The number, type and severity of any quality or delivery problems in performing the contract, the corrective action taken and the effectiveness of the corrective action (if applicable). 6.Any other relevant information. Other Administrative instructions: In addition to the characteristics of the Conveyor System, the vendor shall provide company details, specifically: Complete company name and address: Fax number: Phone Number: Current and valid Tax Identification Number (TIN): Current and valid CAGE Code: Current and valid DUNS number: Central Contractor Registration (CCR). Offerors must be registered in the Central Contractor Registration database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; prior to contract award. Provide DUNS number, Cage Code and TIN. Please specify if vendor offered solutions are available from the GSA Federal Supply Schedule. Please specify if your company a large, small, small woman owned, small veteran owned, disadvantaged, SDVOSB, or 8A business (See 52.212-3, ALT I below). DFARS 252.211-7003, Item Identification and Valuation (in FAR Provisions and Clauses below): (1) The Company shall provide DoD unique item identification, or a DoD recognized unique identification equivalent, for -- (i) All delivered items for which the Government’s unit acquisition cost is $5,000 or more; and… FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.247-34, F.O.B. Destination; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.225-7035, Buy American Act—North American Free Trade Agreement Implementation Act; 252.227-7015, Technical Data—Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. Proposals to this solicitation are due not later than 12:00 PM (Eastern Time) 27 August 2008 and shall be sent via email with MS Office, Excel, or Adobe PDF attachments. Email proposals shall be sent to Christina Boyd-Brown at christina.boyd-brown@med.navy.mil. Faxed proposals will also be accepted, fax number is (301) 619-1132. Email is preferred. Phone calls will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=27d7dbabfe159dd71095126d7b168e1e&tab=core&_cview=1)
 
Document(s)
Response to Questions
 
File Name: Question and Answer Info (Amendment 2 for Conveyor Belt.doc)
Link: https://www.fbo.gov//utils/view?id=09539603c5f1db69d5e4e328326475a0
Bytes: 24.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1681 Nelson Street, Fort Detrick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN01638851-W 20080815/080813222408-27d7dbabfe159dd71095126d7b168e1e (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.