Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

34 -- Computer Nemerically Controlled (CNC) high speed 5-axis milling machines.

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-11-C-0060
 
Response Due
9/13/2011
 
Archive Date
11/12/2011
 
Point of Contact
Robert Waible, 757-878-2062
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(robert.waible@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. The proposed contract action is for supplies or services for which the government intends to solicit proposals, and award to the source providing the lowest price technically acceptable proposal. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is a request for competitive proposals. All proposals received by the due date and time, and meeting all specifications, will be considered by the government. The solicitation number is W911W6-11-C-0060 and is issued as a Request for Proposal (RFP). Under this number, the Aviation Applied Technology Directorate (AATD) intends to award a firm fixed price contract utilizing FAR Part 13.5 Test Program For Certain Commercial Items. The government intends to acquire two (2) Computer Numerically Controlled (CNC) high speed 5-axis milling machines on a full and open competitive basis. Delivery of both machines is to be within 180 days after contract award. The specifications of each machine to be purchased can be found as an attachment to this solicitation. Machine specifications must be met for each individual machine. The Government intends to award as a single procurement from one source that can provide both machines that satisfy all specifications. Software licensing shall be identified and provided with the proposal, and will be an attachment to the contract. Proposal shall also include the incorporation of an IUID (Item Unique Identification number) for each machine. All items shall be delivered 180 days after contract award (estimated award date 09/28/2011), to AATD, Building 3519A Mulberry Island Rd, Fort Eustis VA 23604-5577. This synopsis/ solicitation shall incorporate provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-53 dated 4 August 2011: FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. Please review the clause carefully to ensure that you are submitting all required information with your proposal. A technical description of the items offered in sufficient detail to evaluate compliance with specifications, to include product literature and any warranty as applicable, shall be submitted. Also in accordance with the clause, each prospective Offeror must be actively registered in the Central Contractor Registration prior to award. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: 1) Technical capability of the item offered to meet the minimum requirements; 2) Price; 3) Past Performance showing a proven record of product longevity, reliability, and warranty. Submit at least three relevant references. If the reference is a customer currently using the proposed machine, at least one year of operating the machine is required. The North American Industry Classification System Code (NAICS) is 333512, Machine Tool (Metal Cutting Types) Manufacturing. Offerors are advised to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items, and the following DFARS Representations and Certifications 252.212-7000, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.225-7000 Buy American Act-Balance of Payments Program Certificate, 252.225-7003 Report of Intended Performance Outside the United States and Canada -Submission with Offer, 252.225-7031 Secondary Arab Boycott of Israel, 252.247-7022 Representation of Extent of Transportation by Sea, with your offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are incorporated by full text. The following additional clauses apply to this acquisition: FAR 52.216.24 Limitation of Government Liability; FAR 52.216-25 Contract Definitization; FAR 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS 252.246-7000, Material Inspection and Receiving Report; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7013 Duty Free; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.226-7001 Utilization of Indian Organizations; 252.243-7002 Requests For Equitable Adjustments; 252.247-7023 Transportation of Supplies By Sea; and 252.247-7024 Notification of Transportation By Seas. The following clauses cited within FAR 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4 Notice of price evaluation preference for HUBZone small business concerns; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (EO); 52.222-35, EO for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels. The following clauses cited within DFARS 252.212-7001 apply: 52.203-3, Gratuities; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036 Buy American Act Free Trade Agreements Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.acq.osd.mil/dp/dars, http://www.arnet. Proposals are due 13 September 2011, by 3:00 PM, EST, and shall be submitted to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Robert Waible), 401 Lee Blvd., Fort Eustis VA 23604-5577. Robert Waible will be the Point of Contact for all questions and submittal of proposals and can be reached at (757)878-2062 or by e-mail at Robert.waible@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a9e871d8a1a3a16cb7e4c4255e88d878)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02566280-W 20110909/110908000409-a9e871d8a1a3a16cb7e4c4255e88d878 (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.