Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

34 -- GEARED HEAD LATHE

Notice Date
8/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574093192
 
Response Due
8/14/2009
 
Archive Date
8/4/2010
 
Point of Contact
Patty Oestreich Contract Specialist 3073442076 patty_oestreich.nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574093192. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-31 and are available in full text through Internet access at http://www.acqnet.gov/far. The National Park Service encourages the participation of small, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code is 333512 and the small business size standard is 500 employees. QUOTES ARE DUE for this combined synopsis/solicitation on August 14, 2009 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Faxed quotes are preferred with all required documentation, no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-344-2079 or emailed to patty_oestreich@nps.gov. All quotes will be considered, however; to be considered for award, vendor must be registered in the Central Contracting Registration (CCR), www.ccr.gov and we request that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. All questions regarding this solicitation should be faxed or emailed to patty_oestreich@nps.gov. Yellowstone National Park requires one Geared Head Lathe for repair and rebuilding parts. Quoted price should include delivery to the Mammoth Supply Center, Mammoth Hot Springs, Yellowstone National Park WY 82190. Delivery needed by October 5, 2009. The following is a description of the requirements: Specifications for Geared Head Lathe: Swing over bed minimum 15 (in) or greaterSwing over cross minimum 9 (in) or greaterCenter distance minimum 50 (in) or greaterSpindle through hole minimum 2 (in) or greaterSpindle speeds 0 to at least 2000 (RPM) or greaterSpindle center 4 or 5 MT (Morse Taper)Longitudinal feed range minimum.001 to at least.04 (in)Cross feed range minimum.001 to at least.02 (in)Range of English threads minimum 2 to at least 50 TPI (threads per inch)Range of Metric threads minimum.2 to at least 14 mm Thread dialCross slide travel minimum of 9 (in) or greaterCompound rest travel minimum of 5 (in) or greaterTailstock Quill diameter minimum 2.5 (in) or greaterQuill center 4 or 5 MT (Morse Taper)Quill travel minimum 6 (in) or greater(1) live centerDrive motor to be at least 7 (hp) or greater460v three phase 60HzAll headstock gears are to be hardened and groundAll bedways are to be hardened and groundShall be equipped with Variable speed spindle driveShall be equipped with tool coolant systemShall have full length splashguard(1) four jaw chuck (1) three jaw chuck (1) faceplateEquipped with chuck guardDigital readout for Longitudinal and Cross slideShall have taper turning attachmentQuick change four position toolpost (1) Steady rest(1) Micro carriage stopHalogen work lightInclude Warranty information DELIVERY CHARGE$______________________ TOTAL AMOUNT$______________________ Business Name: ____________________________________DUNS:___________________ Business Address: ______________________________________________________________ Business Phone: ___________________________________FAX: ________________________ Email Address:___________________________________________ Offeror Name: ________________________________________Date:_____________________ Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.acqnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and references. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.213-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574093192/listing.html)
 
Place of Performance
Address: YELLOWSTONE NATIONAL PARK WY<br />
Zip Code: 82190<br />
 
Record
SN01899364-W 20090806/090805001127-82e27b3970a8875ecf6fd06f4dc6555e (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.