Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

34 -- THREAD ROLLING MACHINE

Notice Date
2/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
333516 — Rolling Mill Machinery and Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-09-R-0092
 
Response Due
3/25/2009
 
Archive Date
4/9/2009
 
Point of Contact
Deborah L Dewyea,, Phone: 732-323-7068, Barbara J Petrzilka,, Phone: 732-323-2067
 
E-Mail Address
deborah.dewyea@navy.mil, barbara.petrzilka@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
CLOSING DATE FOR THIS ANNOUNCEMENT IS RE- EXTENDED TO 25 MARCH 2009. The Naval Air Warfare Center Aircraft Divison, Lakehurst, NJ is looking to procure one(1) each of a Thread Rolling Machine, NAWC P/N 525455 with the following specifications: Machine will be used for forming threads on NAWCAD P/N 525455. The formed thread shall be in accordance with DWG 525455. Awardee will provide on site training for two(2) operators at eight(8) hours per operator. Training to be provided by factory authorized technician. NAWCAD will provide sample specimens for training purposes. The machine tool to be provided with two(2) sets of dies. NAWCAD requires installation and set up by factory trained and authorized technician. The installation is to be a turn key operation. Electrical requirement shall be 440VAC. The awardee will provide any transformers and step down transformers as necessary for installation of machine tool. NAWCAD will provide six(6) bid sample blanks to each qualified bidder. The sample threads must be in accordance with NAWCAD drawing 525455. Inspection and Acceptance will be Lakehurst, NJ 08733. Delivery is requested for 120 days after award of the contract. Best Commercial Practices will be required for shipping and packaging. The item will be shipped to Lakehurst, NJ 08733. This is a Combined synopsis/Solicitation for Commercial items authorized under FAR Subpart 13.5 Simplified Acquisition and prepared in accordance with the format in Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This requirement is 100% Set Aside for Small Business. FOB: Destination. All items are Commercial Off The Shelf(COTS) items. Ship to: Lakehurst, NJ 08733. Inspection and Acceptance at Destination. FAR 52.212-2, Evaluation – Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest priced offeror. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items and DFARS 252.212-700 Offeror Representations and Certifications – Commercial Items (Nov 1995) with its offer. Notice of Small Business Set Aside, FAR Clause 52.219-6, FAR Clause 52.219-6. FAR 52.212-4, Contract Terms and Conditions – Commercial Items is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders – Commercial Items is incorporated in this contract by reference; the following Provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, 52.219-8, Utilization of Small Business Concerns; 52.222-35, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for 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; 52.222-19, Child Labor – Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 252.232-7003, 52.247-64 Preference for Privately Owned U.S. – Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buyer American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. Warranty: the Offeror’s commercial warranty of a least one(1) year shall apply.and should be stated in the quotation. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and the claim procedures. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained in FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. Refer to the following website for information on clauses incorporated into the announcement: http://farsite.hill.af.mil/. The drawings involved are Export Controlled. All requests for copies of these drawings must contain a certified copy of DD Form 2345, Military Critical Technical Data Agreement. To obtain certification, contact Defense Logistics Information Service at (800)352-3572 or www.dlis.dla.mil/jcp/documents.him. The certified DD2345 shall be sent Debbie Dewyea at fax 732-323-7192 or email to deborah.dewyea@navy.mil to obtain all the applicable specifications. Also, all vendors must be registered in the Central Contract Registration (CCR) Database. The internet website is http://www.ccr.dlsc.dla.mil/ccringq or www.ccr.gov. It is mandatory to register with the CCR as your Duns Number(Data Universal Numbering System) and your CAGE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow(WAWF); information available in FAR Clause 5252.232-9513. All requests will be made to Debbie Dewyea at fax 732-323-7192 or email: deborah.dewyea@navy.mil. All responsible sources may submit a quotation/proposal which, if received in a timely manner, shall be considered by the agency. Closing date is 17 February 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e2ee537d2bb4e4019473c73c295f39de&tab=core&_cview=1)
 
Place of Performance
Address: Lakehurst, New Jersey, 08733, United States
Zip Code: 08733
 
Record
SN01756095-W 20090226/090224221342-e2ee537d2bb4e4019473c73c295f39de (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.