Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
DOCUMENT

T -- Paper Drill Machine - SA7057-08-Q-1034

Notice Date
9/11/2008
 
Notice Type
SA7057-08-Q-1034
 
NAICS
333293 — Printing Machinery and Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DAPS-Silverdale, Washington, 1100 Hunley Road, Suite 108, Silverdale, Washington, 98315
 
ZIP Code
98315
 
Solicitation Number
SA7057-08-Q-1034
 
Point of Contact
Kelly Contraro,, Phone: 3603154013
 
E-Mail Address
kelly.contraro@dla.mil
 
Small Business Set-Aside
N/A
 
Description
PART I THE SCHEDULE SECTION C – DESCRIPTION/SPECIFICATIONS SPECIFICATIONS FOR DRILL •5 DRILL HEADS •DRILL SIZES FROM 3 TO 13 mm WITH 2” CAPACITY •38 cm MAXIMUM AND 48 mm MINIMUM CENTER TO CENTER DISTANCE •DRILL SIZES UP TO 2.5” CAPACITY •18 STROKES PER MINUTE •VERTICAL ADJUSTMENT OF 6mm FOR EACH DRILL HEAD •BACKGAUGE ADJUSTMENT OF 0 TO 13 cm •HOLLOW DRILL BIT WITH TEFLON COATING AVAILABILITY •SIDE GUIDE ADJUSTMENTS SUGGEST: CHALLENGE MS-5 OR EQUIVALENT SECTION E – INSPECTION AND ACCEPTANCE: Supplies and services shall be inspected and accepted by the government at locations indicated in the schedule (see Block 15 of SF 1449). SECTION F - DELIVERIES OR PERFORMANCE: Delivery of drills will be to addresses on Page 2 of the SF1449, delivery requested by 30 September 2008. Installation and training will be done within 14 days of delivery. SECTION G - CONTRACT ADMINISTRATION DATA Contracting Officers Representative (COR) and other Administrative Data will be provided at the time of award. PART II – CONTRACT CLAUSES SECTION I - CONTRACT CLAUSES AND PROVISIONS FAR CLAUSE 52.215-8 ORDER OF PRECEDENCE – UNIFORM CONTRACT FORMAT (Oct 1997). Any Inconsistency In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order: A) The Schedule (Excluding The Specifications) B) Representations and Other Instructions C) Contract Clauses D) Other Documents, Exhibits, and Attachments E) The Specifications DFAR 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) (a) Definitions. As used in this clause— (1) “Contract financing payment” and “invoice payment” have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) “Electronic form” means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) “Payment request” means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when— (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer’s determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. PART IV – REPRESENTATIONAS AN DINSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO BIDDERS Each quote shall consist of three (3) separate documents specifically named: “Part 1. Technical Factors,” “Part 2. Past Performance,” and “Part 3. Prices.” The contents of each part are set forth below. No price information will be included in Parts 1 and/or 2. Offers shall be evaluated as set forth in Section M, Evaluation Criteria and Basis for Award. Part 1 - Technical Requirements: In Part 1 the quoter must demonstrate compliance with ALL the Technical Requirements set forth in the Specifications. No price information shall be included in Part 1. Part 2 - Past Performance: In Part 2 the quoter must submit no less than two (2) and no more than three (3) customer references for work performed that is relevant and similar in scope to this requirement. Include reference names, telephone numbers, email addresses and a brief description of the work performed. No price information will be included in Part 2. Part 3 - Price: In Part 3 the quoter must submit the quote with make, model and pricing. Quoters are highly encouraged to discount GSA/FSS prices in order to present the low price, technically acceptable quote. All quotes shall be submitted in writing via e-mail to the Contracting Officer listed below no later than 11 SEPT 2008 (3:00 pm) Eastern Time. Any quotes received after the closing date and time will be late and will not be accepted. The Contracting Officer reserves the right to make award without discussions. Questions should also be addressed, in writing, to this email address. Mailing Address: DAPS Bangor Office Group C/O Contracting Officer 1100 Hunley Road, Suite 108 Silverdale, WA 98315 E-mail: kelly.contraro@dla.mil SECTION M - EVALUATION FACTORS FOR AWARD Award to Lowest Priced Technically Acceptable Quoter - Award shall be made to the responsible quoter who meets all the Technical Factors, has Acceptable past performance, and results in the lowest evaluated price to the government. A.Technical Factors To be technically acceptable each quote must demonstrate it meets all the Technical Factors set forth in the Specifications. This will be evaluated as “pass” or “fail” basis. In order to receive a “pass” rating the quote must clearly demonstrate the ability to provide the item described in the Specifications. A quote that is evaluated as “fail” for any requirement will not be considered for award. B.Past Performance A past performance review will be conducted to determine whether the Government has confidence that the quoter can fulfill the requirements set forth in the Specifications. In conducting its past performance assessment the Government reserves the right to use both data provided by the quoter and data obtained from other federal Government sources. Past performance will be determined on an “acceptable” or “unacceptable” basis. C.Price The price of each offer submitted shall be GSA/FSS prices in order to present the low price, technically acceptable quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b93a2385d73e02575fc9d77aab384dbf&tab=core&_cview=1)
 
Document(s)
SA7057-08-Q-1034
 
File Name: Attached file is for your use for guidance. (SA7057-08-Q-1034 Specs.pdf)
Link: https://www.fbo.gov//utils/view?id=3e4800aca7e0e22b96ea53dc1ff69527
Bytes: 179.79 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: DAPS NORTH ISLAND, ATTN: MARILYN HARDING, BLDG 90-1, SAN DIEGO, CA 92135, DAPS CAMP PENDELTON, ATTN: DAVID BRINKLEY, 22113 D STREET, CAMP PENDLETON, CA 92055, DAPS NELLIS, ATTN: TONY BOWKER, 4349 DUFFER DRIVE, BLDG 625 SUITE 503, NELLIS AFB, NV 89191, DAPS TRAVIS, ATTN: CHRIS ROGERS, 400 BURGAN BLVD., BLDG 3, TRAVIS AFB 94535, DAPS DAVIS MONTHAN, ATTN: FRED OROZCO, 3180 SOUTH 1ST STREET, DMAFB BLDG 1540, TUCSON, AZ 85707, DAPS PORT HUENEME, ATTN: DIANE FLORES, 4231 SAN PEDRO ROAD, PORT HUENEME, CA 93043, United States
Zip Code: 93043
 
Record
SN01667408-W 20080913/080911225621-b93a2385d73e02575fc9d77aab384dbf (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.