Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

34 -- Valve Seat & Guide Machine

Notice Date
9/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Pennsylvania, USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
W25KYD8197N501
 
Response Due
9/22/2008
 
Archive Date
11/21/2008
 
Point of Contact
Michael V. Brown, 717-861-6872<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The Solicitation Number is: W25KYD8197N501. The Solicitation is issued as a Request for Quotation (RFQ). Quotations are due on Monday, 22 September 2008 at 1300 HRS (1:00 pm) EDT at DMVA, Bldg. 0-48, USPFO-PA, P&C, Attn. M. Brown, Room 242, FTIG/Annville, PA 17003-5003. Quotations may be submitted by e-mail at: mike.v.brown@us.army.mil. Questions concerning this solicitation may be addressed to: Michael Brown, Contracting Specialist (717) 861-6872, mike.v.brown@us.army.mil. It is anticipated that an award determination will be made no later than Monday, 29 September 2008. NAICS Code is: 333512. The small business size standard is 500. This solicitation is set-aside for small business participation in accordance with FAR 19.502-2(b). Evaluation will be based on the lowest price technically acceptable for the government. Accordingly, please note that, unless otherwise specified herein, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible offeror whose offer conforming to the solicitation presents the lowest technically acceptable price. FOB Destination. Offers submitted on a basis other than FOB Destination will be rejected as nonresponsive. The ship to location is CSMS-EAST, Bldg 10-101, Ft. Indiantown Gap, Annville, PA 17003. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. This RFQ has seven (7) line items, some with multiple items. A Firm Fixed Price (FFP) type purchase order is anticipated. Pricing should be provided for each line item. All line items to be quoted. ITEM 0001 Qty: 1; Valve Seat & Guide Machine A heavy duty cylinder head machine. While no particular brand is required, the unit shall be equal to or better than the Rottler Model SG80A Heavy Duty Cylinder Head Machine. The Rottler model is provided as guidance on the minimum technical equivalent that is acceptable. ITEM 0002 Qty: 1; Spherical Self Aligning Spindle Adapter. While no particular brand is required, the unit shall be equal to or better than the Rottler Model/Part RBHAR40STD, Rottler Spring Free Spherical Self Aligning Spindle Adapter, ISO 40 Spindle Taper for 1.0000; spherical heads, for.375 and 6.00MM tooling. The Rottler model/part is provided as guidance on the minimum technical equivalent that is acceptable. Power requirement is 208/220 3-phase. ITEM 0003 ISO 40 Taper Spindle Adapters While no particular brand is required, the item shall be equal to or better than a QUANTITY of one (1) Rottler Model/Part COLLETKITR40 (collet church set of 10 collets including: (1/4, 5/16, 11/32, 3/8, 7/16,, 9/16,, 7/8, 1.00 spring collets); collet chuck spindle adapter w/collet nut for spindle taper and spanner wrench for collet chuck); and a QUANTITY of two (2) Rottler Model/Part SAD750R40 (spindle adapter for spindle taper for (19.05mm) shank diameter tools, reamers, drills, etc. (including 2 locking set screws). The Rottler model/part is provided as guidance on the minimum technical equivalent that is acceptable. ITEM 0004 Cutting Inserts While no particular brand is required, the items shall be equal to or better than the following Rottler Models/Parts: Qty: 1 BWSHD20 Diamond wheel insert sharpener; Qty: 1 4HEADFIX multi-cylinder head fixture; Qty: 1 7242N set of 2 clamp tower assembly; Qty: 1 BH376WR1 spring free spherical self aligning toll holder; Qty: 2 TH2004 tip holder; Qty: 2 - TH2003 tip holder; Qty: 2 - TH2002 tip holder; Qty: 2 TH2001; Qty: 1 TH2001-00 triangular tip holder; Qty: 1 TH2002-00 triangular tip holder; Qty: 1 TH2003-00 triangular tip holder; Qty: 1 TH2004-00 triangular tip holder; Qty: 1 TH2005-00 triangular tip holder; Qty: 5 RT211 triangular insert; Qty: 5 RT212 triangular insert; Qty: 1 511-29-12F T7 torx tip holding screw driver; Qty: 1 T8D T9 torx tip holding screw driver; Qty: 1 T15D T15 torx tip holding screw driver; Qty: 1 PRW375 pilot removal wrench; Qty: 1 ALLEN-KEYSIN inch ball end hex allen key set drivers; Qty: 1 ALLEN-KEYSMM metric ball end hex allen key set; Qty: 1 DSP tool setting device w/ interchangeable point; Qty: 1 6-1SETTINGFIX Six in 1 measuring fixture; Qty: 1 VSG102-375 precision valve seat concentricity guage base; Qty: 1 502-11-39D mechanical run out indicator for precision bore adjustment. The Rottler model/part is provided as guidance on the minimum technical equivalent that is acceptable. ITEM 0005 45 Degree Carbide Seat Inserts While no particular brand is required, the items shall be equal to or better than the following Rottler Model/Parts: Qty: 1 each RCA 001, RCA 004, RCA 005, RCA 007, and RCA 014. The Rottler model/part is provided as guidance on the minimum technical equivalent that is acceptable. ITEM 0006 30 Degree Carbide Seat Insters - While no particular brand is required, the items shall be equal to or better than the following Rottler Model/Parts: Qty: 1 each RCA 301, RCA 303, and RCA 307. The Rottler model/part is provided as guidance on the minimum technical equivalent that is acceptable. ITEM 0007 Domestic Automotive Fixed Carbide Pilots FCP.375 (9.52MM) Shank While no particular brand is required, the items shall be equal to or better than the following Rottler Model/Parts: Qty: 10 FCP-5TO10STD fixed carbide pilots; Qty: 10 FCP-UNDER10-9EL fixed carbide pilots; Qty: 1 each CDR312, CDR343 and 375 combo core drill/reamers; Qty: 1 VSD100-Kit valve seat driver kit; Qty: 1 VGD-Kit valve guide driver kit; Qty: 1 VGTC-Kit3 valve guide top cutter kit; Qty: 2 T8S T8 torx tip holding screws; Qty: 2 S1032-250 BH375R1 & BH600R1 tip holder locking screw; Qty: 2 S2500-28-250 BH375WR1 tip holder locking screw; Qty: 2 each adjusting screws S1032-375 (TH2000), S1032-500 (TH2001), S1032-625 (TH2002), S600-1570 (TH2003), S600-2015 (TH2004). All equal or better submittals are required to provide technical/descriptive documents. Responsive quotes shall be inclusive of on-site training (travel and lodging costs, if any, are the responsibility of the successful respondent). Responsive quotes shall provide warranty information for all items. Quotes will be evaluated on the basis of the evaluation factors listed in this solicitation and the information furnished by the offeror submitting the quote or identified in the quote and reasonably available to the Contracting Officer. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Include manufacturers name, model number, and product country of origin for any non-U.S. end-product, in your quote. By submission of a quote, the offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this solicitation. Responses shall include the offerors CAGE Code and estimated time to deliver ARO. The following FAR Provisions and Clauses apply to this acquisition: 52.203-3; 52.203-6 ALT I; 52.204-4; 52.204-7; 52.211-6; 52.212-1; 52.212-3; 52.212-4; 52.212-5; 52.219-6; 52.219-8; 52.219-14; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.223-5; 52.225-13; 52.228-5; 52.232-36; 52.233-3; 52.233-4; 52.237-2; 52.252-2 (The website for the fill-in portion is http://farsite.hill.af.mil). Responsive offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, with any quote. The following DFARS Clauses apply to this acquisition: 252.204-7004; 252.209-7001; 252.211-7003; 252.212-7000; 252.212-7001 (DEV); 252.223-7006; 252.225-7000; 252.225-7001; 252.247-7023; 252.225-7012; 252.225-7014; 252.225-7015; 252.243-7002.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cc4d5043695b92f93c782871d1e30c18&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA<br />
Zip Code: 17003-5003<br />
 
Record
SN01673990-W 20080919/080917222521-cc4d5043695b92f93c782871d1e30c18 (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.