Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOLICITATION NOTICE

34 -- Horizontal Milling Machine

Notice Date
11/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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
F4AB000271A005
 
Archive Date
11/30/2010
 
Point of Contact
Dennis A. M. Landry, Phone: 850-283-0061, Leslie Richardson, Phone: 850-283-8630
 
E-Mail Address
dennis.landry@tyndall.af.mil, leslie.richardson@tyndall.af.mil
(dennis.landry@tyndall.af.mil, leslie.richardson@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46. The solicitation reference number is F4AB000271A005. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 423830. The business size standard is 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 intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers: 1. Technical Specification/Capability 2. Price Technical evaluation factors when combined will be significantly more important than price. Technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. All quotes MUST reflect FOB Destination. See attached file for list of delivery locations. All Contract Identification Line Items (CLINS) are SHARP brand name or equal. CLIN 0001- (QTY: 1 EA) SHARP UH-3 Combination Vertical Horizontal Milling Machine or Equal Sharp UH-3 Combination Vertical Horizontal Milling Machine or equal must have the following features as STANDARD EQUIPMENT: -Vertical Turret Mill -Coolant System -Pressurized Autolube System -Electro magnetic Spindle Brake -Chip Pan -Box Ways Throughout -3 Axis Simultaneous Power Feeds with rapid traverse -Climb Milling Compensator -Tool box and tool kit -Wired for 220V or 440V FEATURES: 11.8"X51" Table, 14X37" Travel, MMT#50 Spindle taper, +/- 45 Degree Swivel Universal Table, Horizontal range of Spindle Speed should have at least 12 Speeds (35 to 1,382 rpm) SPECIFICATIONS: Table Size 11.8"x51.1". Table should have at least a Longitude Travel of 37.3", Cross Travel of 14.8" and Vertical Travel of 18.5". Feeds (12 steps) Rapid Traverse Vertical 59.8 ipm, Rapid Traverse Longitudinal 116.5 ipm, Rapid Traverse Cross 116.5 ipm. T-Slots on table should be 5/8" X 3" X 2-3/4". Table Vertical Feed.25 to 12.4 ipm, Long Feed.5 to 24.8 ipm & Cross Feed.5 to 24.8 ipm HORIZONTAL SPINDLE: Spindle Taper MMT#50, distance of the Spindle to Overarm should be 5.3", the Horizontal distance of Spindle to Table Top should be 0 to 18.5" MOTORS: Horizontal Spindle 7.5 HP, Table Feed and Rapid Traverse 3 HP, Coolant Pump 1/8 HP GENERAL: Machine Height 67 - 5/16" and Floor Area 117" X 69", Net Weight (approx.) 5,170 LBS The following accessories should be included in the quote as itemized costs: -6" Kurt Vise 5000-2126 -Clamping Kit CK-104 -Halogen Work Light WL-110V55W -Tooling package -3-Axes on Knee (30i) digital read out (DRO) (installation done at factory) 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 52.204-10 - Reporting Executive Compenstaion and First-Tier Subcontract Awards (Jul 2010) FAR 52.211-6 - Brand Name or Equal (Aug 1999) FAR 52.212-1 - Instructions to Offerors (Jun 2008) FAR 52.212-2 - Evaluation-Commercial Items (Jan 1999) FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items (ALTI) (Aug 2009) FAR 52.212-4 - Contract Terms &Conditions-Commercial Items (Mar 2009) FAR 52.212-5 - Contract Terms & Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEVIATION) (July 2010) FAR 52.219-1 - Small Business Program Representations (Alt I) (May 2004) FAR 52.219-6 - Notice of Total Small Business Set-Aside (June 2003) FAR 52.219-8 - Utilization of Small Business Set-Aside (DEVIATION) (May 2004) FAR 52.219-14 - Limitations on Subcontracting (Dec 1996) FAR 52.219-28 - Post-Award Small Business Program Rerepresentation (Apr 2009) FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies (July 2010) FAR 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 - Equal Opportunity (Mar 2007) FAR 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Jun 1998) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 - Employment Reports On Special Disabled Veterans, Veterans of The Vietnam Era, and Other Eligible Veterans (Sep 2006) FAR 52.222-50 - Combating Trafficking in Persons (Feb 2009) FAR 52.232-33 - Payment by Electronic Funds Transfer-CCR (Oct 2003) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.247-34 - F.O.B. Destination (Nov 1991) FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) (http://farsite.hill.laf.mil) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) (http://farsite.hill.af.mil) FAR 52.252-6 - Authorized Deviations in Clauses (Apr 1984) ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFAR 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (Jan 2009) DFAR 252.204-7003 - Control of Government Personnel Work Product (Apr 1992) DFAR 252.211-7003 - Item Identification and Valuation (Aug 2008) DFAR 252.212-7000 - Offeror Representations and Certifications-Commercial Items (JUN 2005) DFAR 252.212-7001 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items (DEVIATION) (Apr 2010) DFAR 252.225-7000 - Buy American Act-Balance of Payments Program Certificate (DEC 2009) DFAR 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009) DFAR 252.225-7002 - Qualifying Country Sources As Subcontractors (Apr 2003) DFAR 252.227-7015 - Technical Data--Commercial Items (Nov 1995) DFAR 252.227-7037 - Validation of Restrictive Markings on Technical Data (Sep 1999) DFAR 252.232-7010 - Levies on Contract Payments (Dec 2006) DFAR 252.243-7001 - Pricing Of Contract Modifications (Dec 1991) DFAR 252.243-7002 - Requests for Equitable Adjustment (Mar 1998) DFAR 252.247-7022 - Representation of Extent of Transportation Of Supplies By Sea (Aug 1992) DFAR 252.247-7023 - Transportation of Supplies by Sea (Alt III) (May 2002) AFFAR 5352.201-9101 - Ombudsman (July 2010) WAWF: Local Clause Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. 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. Quotes may be transmitted by e-mail or to fax number (850) 283-8491, e-mail is the preferred method. Quotes must be received at the 325th Contracting Squadron, LGCB flight, no later than 12:00 p.m. CST on 15 Nov 2010. The points of contact for this solicitation are SSgt Dennis Landry, Contract Specialist, (850) 283-0061, dennis.landry@tyndall.af.mil and Leslie J. Richardson, Contracting Officer, (850) 283-8644, leslie.richardson@tyndall.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AB000271A005/listing.html)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02325239-W 20101111/101109234442-6d6de56777e9bc008d6cc88bb0008f3b (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.