Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

34 -- CNC SINKER-EDM

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10348613Q
 
Response Due
7/27/2010
 
Archive Date
7/14/2011
 
Point of Contact
Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-5489, Email sandra.a.brickner@nasa.gov
 
E-Mail Address
Sandra A Brickner
(sandra.a.brickner@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 announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for a BRAND NAME or EQUAL,Sodick C32 CNC Sinker-EDM or Equivalent System, Qty 1.Salient Characteristics: The CNC Sinker-EDM will consist of a complete, fully integrated system including tank,work table, chuck, transformer, electrode holder, and fully programmable controls. The system must meet or exceed the following critical requirements: 1. Due to very limited floor space, the machine must be able to operate within a 50 x80 x 72' work area (including access to all doors and panels).2. Must have a minimum machining area of 11.8 x 7.8 x 5.9 (X, Y, Z travel,respectively), with linear motor drive on Z-axis.3. Fine finish circuit.4. Menu driven (touch screen) control with capability to write NC code. 5. Rapid Z-axis motion (1,440'/min) for no flush machining6. Zero electrode wear circuit (or less than 0.1%)7. Automatic fire extinguisher8. Power: 3-Phase, 210 volts AC9. Set up and Training (minimum 2-days on site) after delivery of system.10. Delivery within 3 months (2 months preferred) from the date of order.The provisions and clauses in the RFQ are those in effect through FAC 05-44. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333298, and500 employees, respectively. The offeror shall state in their offer their size status forthis procurement. All responsible sources may submit an offer which shall be considered by the Agency. Allcontractural and technical questions must be in writing (e-mail or fax) to SandraBrickner not later than July 23, 2010. Telephone questions will not be accepted. Delivery to NASA Glenn Research, 21000 Brookpark Road, Cleveland, OH 44135 is required. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by July 27, 2010, COB, and may be emailedto Sandra.A.Brickner@nasa.gov or faxed to (216) 433-5489 and must include, solicitationnumber, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), CAGE code, DUNS Number, identificationof any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin. FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.211-6 Brand Name or Equal, 52.219-6 Notice of Total SmallBusiness Set-aside 19.508(c), 52.219-28 Post Award Small Business Program Representation19.308(d), 52.222-3 Convict Labor (JUN 2003) (E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2007) (E.O. 13126), 52.222-21 Prohibitionof Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246),52.222-50 Combating Trafficking in Persons (AUG 2007) (Applies to all contracts),52.225-1 Buy American Act- Supplies (JUN 2003) (41 U.S.C. 10a-10d), 52.225-13Restrictions on Certain Foreign Purchases 25.1103(a), 52.232-33, Payment by ElectronicFunds Transfer - Central Contractor Registration. The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, delivery, and past performance. It is critical that offerors provide adequatedetail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representationsand certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note 'B'. Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10348613Q/listing.html)
 
Record
SN02205724-W 20100716/100714235146-6e370ce629c35ad18f118168cc38fea3 (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.