Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
SOURCES SOUGHT

34 -- LINEAR MOTOR DRIVE HIGH PERFORMANCE WIRE-CUT EDM MACHINE

Notice Date
4/9/2010
 
Notice Type
Sources Sought
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10334220R
 
Response Due
4/19/2010
 
Archive Date
4/9/2011
 
Point of Contact
Scott D Haumesser, Contract Specialist, Phone 216-433-6195, Fax 216-433-2480, Email scott.d.haumesser@nasa.gov
 
E-Mail Address
Scott D Haumesser
(scott.d.haumesser@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This procurement is being conducted under theSimplified Acquisition Procedures (SAP). This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued. This procurement is set aside for small business. If you are viewing this solicitationon the fedbizops website, you must check the NASA Business website for amendments,attachments and forms (this is due to the fedbizops software design). http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 It is the offerors responsibility to check the NASA Business website for any amendments.This notice is being issued as a Request for Proposals (RFP) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of thissolicitation. GENERAL SPECIFICATION Sodick ADL325L or equal linear motor drive high performancewire-cut EDM machineThe Contractor shall furnish (1) Sodick ADL325L or equal linear motor drive highperformance wire-cut EDM machine. The item shall be delivered within 90 days aftercontract award. SPECIFICATIONSTank Dimensions at least 31 x 25 inchesX-axis travelat least 12 inchesY-axis travelat least 9 inchesZ-axis travelat least 8 inchesU-axis travelat least 3 inchesV-axis travelat least 3 inchesMax. work piece size not more than 30 x 22 x 7 inchesMax. work piece weight not more than 770 lbs. (submerged)Wire electrode sizes 0.006 0.012 inches diameterMaximum machining current 40 APower requirements 200/220 V 3-phase, 50/60 Hz 11kVAInput Device USB external memory, Soft Key Touch panel,Serial interface, KeyboardKeyboard Standard 101-type keyboard, function keysSimultaneous controlled axes - Maximum 4 axes (X, Y, U, V)Positioning Method - Full-closed loop (linear scales)Drive Mechanism Linear motors Z-axis automatic fluid level controlDielectric filtered by replaceable paper filtersDielectric cooling unitDeionizer to use Ion exchange resinMachine will fit within an area of 115 inches x 115 inches floor spaceMANUALSThe Contractor shall provide operational manuals that shall be written in English. One (1) sets of operator manuals shall be included which shall document operation andmaintenance of the Item 1. All software documentation required tooperate/program/diagnose controller shall be included.DELIVERY SCHEDULE AND FOB POINTDelivery to NASA Glenn Research Center is required within 90 days from date of contract. Delivery shall be FOB Destination, NASA Glenn Research Center.SOLICITATION INSTRUCTIONSNote for those proposing advance payments: FAR limits advance payments for commercialitems to not greater than 15 percent of the total price for the item. If your normalbusiness practice requires payment in advance, do NOT exceed this limitation.Note for those proposing shipping costs: any costs for shipping shall be included in thequoted price of each item. DO NOT quote shipping separately.Note to those proposing their terms and conditions: provide a copy of such for evaluationby the Government. The Government is NOT subject to state sales tax or laws of aspecific state. Therefore, either line out such language or clearly state what terms arenot subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government isself insured and does not pay extraordinary insurance other than that already included innormal shipping practices.The provisions and clauses in the RFQ are those in effect through FAC 2005-38.The NAIC code is 333512 and the small business size standard for this procurement is 500employees. All qualified responsible business sources may submit a quotation which shallbe considered by the agency.The DPAS rating for this procurement is DO-C9.Offers for the items(s) described above are due by April 19, 2010 at 4:30p.m. (DST) GRClocal time and may be emailed scott.d.haumesser@nasa.gov or mailed to NASA Glenn ResearchCenter, 21000 Brookpark Rd. Cleveland, Ohio 44135, Scott Haumesser MS 500-319. Your offer may take exceptions to the terms and conditions of this solicitation. If so,state the item taken exception to and the proposed alternative. Note that by your doingso, the Contracting Officer may reject your offer as non-responsive if it is not in thebest interests of the Government to accept the alternative offered. Your offer shouldinclude: FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), Cage Code, DUNS identification number,Representations and Certifications, identification of any special commercial terms,description of items offered per 52.212-1 (and as modified), and the offer shall besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form attached tothis solicitation (Ensure that the track changes feature is turned off when wordprocessing this form).Fill in Block 17a including CAGE and DUNS codes. Faxed offersare not acceptable.A copy of a published price list, catalog price or computer page printout showing theprice for Items may also be included if desired. (Note, the Contracting Officer mayrequest this information if only 1 source provides an offer). Offerors shall provide the information required by FAR 52.212-1, Instructions toOfferorsCommercial Items. Offerors may cite the web site that demonstrates all specifications are met for the itemoffered in lieu of providing a paper copy. Web sites that are not viewable for anyreason for up to 5 business days after the offer due date may result in the offer beingdetermined to be non-responsive. If the end product(s) quoted is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the Offerors shall so state and shalllist the country of origin.Offerors must include a completed copy of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer or the followingparagraph: The offeror has completed the annual representations and certificationselectronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCAdatabase information, the offeror verifies by submission of this offer that therepresentations and certifications currently posted electronically at FAR 52.212-3,Offeror Representations and CertificationsCommercial Items, have been entered or updatedin the last 12 months, are current, accurate, complete, and applicable to thissolicitation (including the business size standard applicable to the NAICS codereferenced for this solicitation), as of the date of this offer and are incorporated inthis offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offerorto identify the applicable paragraphs at (b) through (j) of this provision that theofferor has completed for the purposes of this solicitation only, if any. Therepresentations and certifications will be incorporated by reference in any resultantcontract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://orca.bpn.gov.FEDERAL ACQUISITION REGULATIONS APPLICABLE:FAR 52.212-4, Contract Terms and ConditionsCommercial Items, (Feb 2007) is applicable. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders--Commercial Items, (June 2007) is applicable. As prescribed in 12.301(b)(4),insert the following clauses: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644).52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). 52.223-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). 52.222.21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-50 Combatting Trafficking in Persons (Feb2009)52.225-1, Buy American ActSupplies (June 2003) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control ofthe Department of the Treasury). 52.232-33, Payment by Electronic Funds TransferOther than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). (End of clause)The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm SELECTIONEvaluationCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to theresponsible offeror on a LOW PRICE TECHNICALLY ACCEPTABLE basis: Selection and awardwill be made to the lowest priced, technically acceptable offeror, with acceptable pastperformance. Technical acceptability will be determined by a review of the informationsubmitted by the offeror providing a description in sufficient detail to show that theproduct offered meets the Government's requirement (see specifications above).It iscritical that offerors provide adequate detail to allow evaluation of their offer. (SEEFAR 52.212-1(b))(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished tothe successful offeror within the time for acceptance specified in the offer, shallresult in a binding contract without further action by either party. Before the offersspecified expiration time, the Government may accept an offer (or part of an offer),whether or not there are negotiations after its receipt, unless a written notice ofwithdrawal is received before award. (End of provision) MISCELLANEOUSQuestions regarding this acquisition must be submitted in writing no later than 2business days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note 'B'. It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22.Potential offerors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL:http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10334220R/listing.html)
 
Record
SN02117796-W 20100411/100409234818-37782086784a161e150e26a04a13f01c (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.