Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

34 -- Colchester lathe Model No. 8116VSJ - Brand Justification

Notice Date
3/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
 
ZIP Code
20228
 
Solicitation Number
RFQ-10-0252
 
Archive Date
3/26/2010
 
Point of Contact
Thomas O'Linn, Phone: (202)874-3238
 
E-Mail Address
thomas.olinn@bep.treas.gov
(thomas.olinn@bep.treas.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Justification I. OVERVIEW: 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; quotes 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 AcquisitionCircular 2005-38 including amendments effective February 1, 2010. The solicitation document number is RFQ-10-0252. This requirement is being set-aside for Small Businesses under NAICS code 333512. Only qualified Offerors may submit a response. The anticipated contract type is a firm fixed price purchase order. II. REQUIREMENT: The Contractor shall provide a Colchester lathe, Model No. 8116VSJ as per the specific details and in the quantities listed below; • One (1) Colchester 8116VSJ Lathe, 21" swing-80" centers, Geared head engine, lathe, 14 1/2 " swing over cross slide, 4.90" spindle bore, 15 hp spindle motor-variable speed spindle thru 3 heared Ranges with speeds from 18 to 1800 RPM's. Complete with 4 way power rapid traverse, covered lead screw, Digital RPM display, AMP meter, interlocking chuch guard, thread dial, collant system and standard equipment. • One (1) Set #4 Aloris CA Tool Post with 6 holders • Two (2) Newall C80 2 Axis Digtal Readout with 12"and 80" Scales Mounted on Lathe However, below is a general description of the salient physical, functional, or performance characteristics of the brand name item that an "equal" item must meet to be acceptable for award**; • 21" swing-80" centers, Geared Head Engine Lathe, 14 1/2 " swing over crossslide, 4.90" Spindle Bore,15 hp Spindle Motor-Variable Speed Spindle Thru 3 Geared Ranges with speeds from 18 to 1800 RPM's. Complete with 4 way Power Rapid Traverse, Covered Lead Screw, Digital RPM Display, AMP Meter, Interlocking Chuch Guard, Thread Dial, Collant System and Standard Equipment • Quick Change Tool Post with 6 Holders Set • 2 Axis Digital Readout with 12" and 80" Scales Mounted on Lathe **Offers of "equal" products must meet the salient physical, functional, or performance characteristics specified in this solicitation, and clearly identify the item by brand name, if any, and make or model number. Please see Section II above for all Brand Name or Equal requirements. In order to be deemed equivalent, descriptive literature, such as illustrations or drawings must be submitted and must clearly describe any modifications the Offeror plans to make in a product to make it conform to the solicitation requirements. This information must show how the "equal" brand complies with each of the required salient characteristics. Offerors shall provide this information with their quote, in addition to the requirements of Item 2 of this section, no later than the time and date specified for receipt of offers. Overall, the estimated time for delivery shall be 10 - 12 weeks from date of award. The Contractor shall contact the COTR at least three (3) weeks prior to delivery to coordinate the delivery (i.e. the BEP needs this time in order to have sufficient time to arrange for the unloading and installation of the equipment). Warranty: twelve (12) months from delivery. The Contractor shall provide also two (2) sets of operation, maintenance and parts manual(s) applicable to the equipment as part of delivery. III. RESPONSE INFORMATION: Offerors shall provide the following information in response to this solicitation. 1. A firm-fixed price quote for; • One (1) Colchester 8116VSJ Lathe or equivalent, • One (1) Set #4 Aloris CA Tool Post with 6 holders or equivalent, • Two (2) Newall C80 2 Axis Digtal Readout with 12"and 80" Scales Mounted on Lathe or equivalent, 2. Literature providing specific details concerning the equipment (e.g. salient physical, functional, performance characteristics, features, support requirements, drawings, illustrations, pictures, etc), 3. Proposed payment discount terms and 4. Proposed ARO Ship date. See Section II above for equivalence requirements and any other requirements. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. IV. DUE DATE: Responses to this solicitation shall be submitted either electronically or via facsimile to the attention of the Contract Specialist listed herein no later than 12:00 P.M. EST March 11, 2010. V. POINT OF CONTACT: The primary point of contact for this solicitation is Thomas O'Linn, Contract Specialist who can be reached via telephone at 202-874-3238, via e-mail Thomas.olinn@bep.gov or via fax at (202)-874-2200. VI. EVALUATION & AWARD: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation offers the lowest priced technically acceptable offer. The Government will evaluate "equal" products on the basis of information furnished by the Offeror or identified in the offer and reasonably available to the Contracting Officer. The Government is not responsible for locating or obtaining any information not identified in the offer. VII. PROVISIONS AND CLAUSES: The following provisions and clauses are incorporated by reference and apply to this solicitation: 52.211-6 Brand Name or Equal, 52.211-17 Delivery of Excess Quantities; 52.212-1 Instruction to Offers Commercial Items; 52.212-3 Offeror Representatives and Certifications and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; 52.222-22 Previous Contracts and Compliance Reports; 52.225-2 Buy American Act Certificate; 52.246-2 Inspection of Supplies-Fixed-Price; 52.247-35 F.O.B. Destination within Premises Consignee's. The following clauses cited in 52.212-5 above are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222.36 Affirmative Action for workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-1 Buy American Act-Supplies; 52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration. The full text of these provisions and clauses may be accessed electronically at: http://acquisition.gov/far. VIII. OTHER TERMS AND CONDITIONS: 1. Invoice and Payment Instructions: The Internet Payment Platform (IPP) is the BEP's preferred method for submitting invoices for payment. Contractors shall contact the below for more information on the IPP program, including enrollment: IPP Customer Support Desk (866) 973-3131 IPPgroup@bos.frb.org A copy of the invoice is to be submitted to the COTR listed herein. If unable to comply with the IPP processing requirements, then the following process shall apply for submission of invoices for payment: The Contractor shall submit invoices to the designated payment office below along with one (1) copy to the COTR listed herein. The BEP designated payment office is; U.S. Department of the Treasury Bureau of Engraving and Printing Office of Financial Management Accounting Division, Room 302-34A 14th and C Streets, S.W. Washington, D.C. 20228-0001 2. Delivery Information: Preservation, packaging and packing shall be in accordance with standard commercial practice. The item(s) specified in the purchase order shall be delivered to the following address: Bureau of Engraving and Printing Western Currency Facility Attn: To be completed upon award 9000 Blue Mound Road Fort Worth, Texas 76131 Receiving hours are from 7:00 am to 2:30 pm local time, Monday through Friday, excluding U.S. Government holidays and the BEP Year-End-Shutdown (which normally occurs between December 24 and January 1). The Contractor shall call the Receiving Area at (817) 847-3822 at least twenty-four (24) hours in advance to schedule all deliveries. The following information should be provided: - Name of supplier/manufacturer - Contact Person with phone number - Contract/Purchase Order Number - Total number of cartons or pallets - Total weight - Date and Time of Delivery The Contractor is obligated to make delivery by f.o.b. destination at the prices shown in the purchase order. 3. Point of Contact Information: 3.1 Government Point of Contact/Contracting Technical Officer Representative (COTR); Name: To be completed upon award Address: Bureau of Engraving and Printing 9000 Blue Mound Rd Fort Worth, TX 76131 Phone: To be completed upon award 3.2 The Contractor shall provide the Government a point of contact along with a back-up point of contract for the duration of this effort. They shall be responsible for all matters in regards to this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ-10-0252/listing.html)
 
Record
SN02082160-W 20100305/100303235145-9abda90788bb52d66eee896ae82dac74 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.