Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

34 -- Vertical Bed Mill

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1676 Evans Street Bldg 1220 3rd Floor, Fort Carson, CO 80913
 
ZIP Code
80913
 
Solicitation Number
W911RZ-09-T-0376
 
Response Due
9/1/2009
 
Archive Date
2/28/2010
 
Point of Contact
Name: Kyle Swift, Title: Contract Specialist, Phone: (719)526-1914, Fax:
 
E-Mail Address
kyle.p.swift@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W911RZ-09-T-0376 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 333512 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-01 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Carson, CO 80913 The USA ACA Fort Carson requires the following items, Brand Name or Equal, to the following: LI 001, Vertical Bed Type Mill with the following characteristics:Standard Equip; Auto Lub system, Coolant System, Leveling Blocks - 6 Pc, Leveling Nuts and Bolts - 6 sets, Draw in Bolt 1 pcs, Tool Kit -Machine Manual Half Nut Wrench 17m & 19m, set of 6 Allen Wrenches, Philip Screw Driver, Flat Head Screw Driver, Oil Can, Grease Gun, Rear Way Cover Bracket, Pin for Indicator, and Can of Paint. Spec; Capacity - Table Travel X 59", Table Travel Y 24", Spindle Head Travel Z 31.5", Spindle Nose to Table Top 4"-35.5", Spindle Center to Column 22", Horizontal Head travel (up and down) 25.5", Distance between horizontal Spindle & Vertical spindle 23". TABLE- Table Working area 87"x20", Table Top To Floor 33.9". SPINDLE HEAD-Vertical spindle Nose NST#50, Horiz Spindle Taper NST#50, No of Horiz Speeds 12 Steps, Feeds9vertical) 0.002 to 0.008 IPR. Vertical spindle Speed 45-1,500.FEEDS- Rapid Traverse X,Y 129-7/8:IPM 60HZ, Horizontal Rapid Traverse 150 50 HQ, Feeds x,Y 0-39"-3/8" 60 HZ, Horizontal Feed Rates 0-39"-3/8" 60Hz, Change of Feeds Infinitely Variable. MOTORS-Vertical Spindle 20 HP, Horizontal Spindle 5 HP, For Feed 2.5 HP, For Coolant pump 1/8 HP. MACHINE SIZE- Height 115" Floor Space 175"x100", Net weight 18,000. Color Gray. ELECTRICAL - Voltage 220 Amp 103 & 51, Phase 3. Brand name or equal to: Shard Industries model KMA-3H, 1, EA; LI 002, Power draw bar for the vertical bed type mill with factory installation, power draw bar, horizontal power drawbar with foot pedal. Brand name or equal to: Shard Industries model PD-200KMA-Pedal., 1, EA; LI 003, Halogen Work light for bed type mill. Brand name or equal to: Shard Industries model WL-110V55W., 1, EA; LI 004, Digital Read Out for machine: Brand name or equal to: Shard Industries model AR-KMA3H, Acu-rite VRO-300M 4th Axis DRO., 1, EA; LI 005, Training on use of machinery, 1, EA; For this solicitation, USA ACA Fort Carson intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Carson is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to kyle.p.swift@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. CCR Requirement- Company must be registered on Central Contractor Registration (CCR) before an award can be made to them. If company is not registered in CCR, they may do so by going to CCR website at http://www.ccr.gov. In accordance with FAR 52.212-2, Evaluation-Commercial Items the provision at FAR 52.212-3, Offeror Representation and Certification- Commercial Items, must be completed. Offerors are highly encouraged to complete all representations and certifications electronically on line at http://orca.bpn.gov/publicsearch.aspx. If not completed on line, FAR 52.212-3 shall be completed in hard copy and submitted with quote. The following factors shall be used to evaluate offers: Award will be made on the basis technically acceptable low price. Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. If an offer is not technically acceptable it will not be considered. The Government intends to evaluate offers and make awards without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The following DFARS clauses will apply to this award and are available at http://farsite.hill.af.mil/VFDFARA.HTM: 252.204-7004 Alt A (Central Contractor Registration), 252.211-7003 (Item Identification and Valuation), 252.232-7003 (Electronic Submission of Payment Requests-Wide Area Workflow), 252.212-7001 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items), 252.225-7001 (Buy American Act) and 252.225-7002 (qualifying Country Sources as Subcontractors). The following clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions-Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items), 52.219-6 ( Notice of Total Small Business Set Aside), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-21 (prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 ( Affirmative Action for Workers with Disabilities), 52.222-50 ( Combat Trafficking in Persons), 52.232-33 (Payment by Electronic Funds Transfer-Central Contractor Registration), 52.225-13 (Restrictions on Certain Foreign Purchases), 52.247-34 (FOB Destination), 52.252- (Clauses incorporated by Reference). The Full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The following provisions are included in the solicitation and may be viewed at http://farsite.hil.af.mil/: 52.211-6 (Brand Nam or Equal), 52.212-1 (Instructions to Offerors-Commercial Items), 52.212-2 (Evaluation-Commercial Items), 52.212-3 (Offeror Representations and Certifications- Commercial Items). The Contractor shall provide a signed copy of the Buy American Act certificate with their quotes. A copy of the clause 252.225-7001 can be viewed at http://farsite.hill.af.mil/VFDFARA.HTM. All invoices shall be submitted and uploaded via Wide Area Workflow in accordance with DFARS 252.232-7003. Information is available at https://wawf.eb.mil/. FOB Destination terms apply to this acquisition. The quotation price shall include all shipping and handling charges. Shipping and/or handling charges shall not be listed in the quotation as a separate line item entry. Applicable shipping or handling charges shall be included into the unit/extended price. The Government will not accept re-manufactured or repaired equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0376/listing.html)
 
Place of Performance
Address: Fort Carson, CO 80913
Zip Code: 80913
 
Record
SN01927021-W 20090828/090827000150-6ae7b66d57d977cbf48f7e45626fd7f6 (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.