Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
MODIFICATION

34 -- Metal Shop Tools - 2nd Q&A

Notice Date
9/27/2010
 
Notice Type
Modification/Amendment
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATD10236A006-Machine_Shop_Tools
 
Archive Date
10/13/2010
 
Point of Contact
Seth M. Stambaugh, Phone: 8502839625, Angela M. Maher, Phone: 850-283-2974
 
E-Mail Address
seth.stambaugh@tyndall.af.mil, angela.maher@tyndall.af.mil
(seth.stambaugh@tyndall.af.mil, angela.maher@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment is 2nd document to address vendor inquiries. The update to this solicitation is to impliment a change in product description for the third item(Hydraulic Powered Plate Shear). The model number has changed from HS-20130 to HS-25130. Also, the response date will be extended as well. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-45. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. The solicitation reference number F4ATD10236A006 is issued as a Request For Quote (RFQ). Simplified acquisition procedures will be used and a firm, fixed price purchase order will be written in accordance with FAR 13.501. This acquisition is 100% set aside for small business, under North American Industry Classification System (NAICS) code 423830, with a small business size standard of 500 employees. IAW FAR 52.111-6, Brand Name or Equal -- If submitting an -or equal- product, vendor must supply manufacturer name and part number, and specifications. If equal, vendor must provide information with quote proving the equality of the items. Technical acceptability of or equal products shall be determined by the government. The Government anticipates award on a best value basis. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors considered. The following factors shall be used to evaluate offers: 1. Technical Specification (items quoted must meet all required specifications) 2. Price Contract Identification Line Item (CLIN) shall be Metal Shop Tools brand name or Equal. CLIN 0001: 1 Lot consisting of metal shop items: Model no. SCO6509-24M, Scotchman Hydraulic Ironworker 65-Ton Punch Station: 1-1/16" in 3/4" Keyed Punch Ram for Safety 9". Throat Depth, Punch Gauging Table w/Fence and Scale, and Die Holder. Complete with 2" Die Insert and Punch Nut with Wrench and Stripper. One Round Punch & Die: Max. Dia. 1-1/4", Punch Jog Control, Adjustable Electric Stroke Control with Scale, Electric Remote Foot Pedal, 24" Flat Bar Shear with 4-Way Reversible Blade (1" x 6", 1/4" x 24"). Angle Shear Capacity at 90°, 6" x 6" x 3/8" and 5" x 5" x 1/2" Tool Table Work Area. Two-Stage Hydraulic Pump, Electrical Box Supplied with Emergency Palm Button and Lockout Tag-out Accommodations. 230/460 volt /3 Phase Electrics (must specify voltage). All Guards Necessary to Comply with ANSI B 11-5 Standards Model no. 2LKT5, Horizontal Band Saw: 10 X 18, Motor Voltage 220, 2 HP, 15 Amps AC, 60 Hz, 1 Phase, Number of Speeds Variable, Speeds (FPM) 114-377. Cutting Capacity Round 10 in. Cutting Capacity Rectangle 5 X 18 in. Cutting Capacity Square 9 in. Cutting Angle 45 Deg, Miter Capacity 45 Deg. Max Blade Length 121 3/4 in., Max Blade Width 1 in., and Blade Thickness 0.035 in. Overall Height 42 in., Overall Width 68 in., and Overall Depth 25 in. Model no. Chicago Dreis & Krump HS-25130 Hydraulic Powered Plate Shear: Swing beam design with blade clearance adjustment, Hydraulic hold-downs with nylon pads, and Manifold mounted directional valves. To include Control panel incorporates a selector switch with Inch-Single-Continuous, Motor Start/Stop Pushbuttons. Electric foot switch with flexible cable, Ball supports, and Lighted shadow at cut line. Front gauge / support arms with scales and flip stops. NC power operated back gauge and Point of operation guard. One 40 H.P. general purpose motor with hydraulic pump for operation on 220v, 3 phase, and 60 HZ. with 110 volt control circuit. All quotes shall reflect FOB Destination to: 264 Strange Point Loop, Stop 87 Tyndall AFB, FL 32403 ** Quotes must clearly indicate vendor's understanding of the requirement** Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.203-3 - Gratuities FAR 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double-Sided on Recycled Paper FAR 52.212-1 - Instruction to Offerors - Commercial Items FAR 52.212-2 - Evaluation - Commercial Items FAR 52.212-3 Alt I - Offeror Representations & Certifications - Commercial Items FAR 52.212-4 - Contract Terms &Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 Deviation - Utilization of Small Business Concern FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-50 - Combat Trafficking Persons FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.laf.mil) FAR 52.252-6 - Authorized Deviations In Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFAR 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFAR 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7003 - Control of Government Personnel Work Product DFAR 252.211-7003 - Item Identification and Valuation DFAR 252.212-7000 Offeror Representations and Certifications--Commercial Items DFAR 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFAR 252.225-7001 - Buy American Act-Balance of Payment Program Certificate DFAR 252.225-7002 - Qualifying Country Sources as Subcontractors DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7010 - Levies on Contract Payments DFAR 252.243-7002 - Requests for Equitable Adjustment DFAR 252.247-7023 - Transportation of Supplies by Sea Alt III AFFAR 5352.201-9101 - Ombudsman WAWF: Local Clause Offerors shall complete a copy of the Online Offeror Representations and Certifications Application (ORCA). Please refer to http://orca.bpn.gov/login.aspx for further information. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. Please send any questions to SrA Seth Stambaugh. Quotes are due NO LATER THAN 28 Sep 2010, 4:00 PM (CST). Anticipated award date is shortly after receipt of quotes. Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4ATD10236A006-Machine_Shop_Tools/listing.html)
 
Place of Performance
Address: 264 Strange Point Loop, Stop 87, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02298417-W 20100929/100927235109-069e10f68277bdf42624f607f9a32401 (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.