Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

34 -- Tube and Pipe Bender

Notice Date
9/8/2011
 
Notice Type
Presolicitation
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133111T8002
 
Response Due
9/14/2011
 
Archive Date
9/29/2011
 
Point of Contact
Jenetta Langston 850-235-5362
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION 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. This announcement constitutes the request for quote for the required items under Request for Quote (RFQ) N61331-11-T-8002 A subsequent solicitation document will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The applicable NAICS Code is 333513, FSC 3441, and the small business size standard is 500 employees. The Naval Surface Warfare Center, Panama City Division FL intends to award a firm fixed price commercial item order on a brand name or equal basis for the following: CLIN 0001 “ One (1) each Pipe and Tube bender P/N 030-A3/H76 The brand name is 030 3 Axis Mandrel Bender (pipe and tube bender) P/N 030-A3/H76 manufactured by CML USA Inc. with the following salient characteristics: Capable of bending mill steel up to 3 inches, stainless steel up to 3 inches, square tube up to 2 inches Maximum Bending Radius - 8 7/8 inches Min Bending Radius - 1.30 inches x diameter Maximum Shaft Rotation - 210 degrees Maximum Bending Angle - 180 degrees Maximum Tailstock Cap. - 2 3/8 inches (3 inches with adapters) Maximum Material Length - 10 foot Table - 118 inches material length Nominal Hydraulic Pressure - 150 bar (approximately 2,175 psi) Mandrel Table - 165 inches Minimum number of programs “ 30 Precision of bend angle - plus-or-minus.5 degrees. Electrical - 3 phase motor 208 volt/480 volt at 50/60 HZ (2.2 kilowatts 16 amps @220 volts). Dimensions (Height “ 44 inches, Width “ 32 inches, Length (83 inches to 260 inches). Weight not to exceed 1700 pounds. This requirement is 100% set aside for small business. Offerors that propose other than the brand name item must clearly indicate in their response how the salient characteristics are met by the proposed product. The Commercial Item Order award will be made to the responsible offeror whose quote meets the specification and has the lowest price. Items shall be delivered 30 days after award. FOB Destination: Delivery Point Destination is the Naval Support Activity Panama City, Receiving Officer, Building 100, 101 Vernon Ave, Panama City Beach, FL 32407-7018. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference with addenda as noted: 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005). 52.212-2 Evaluation-Commercial Items. (Jan 1999) - Evaluation will be based on price. 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference). 52.212-4 Contract Terms and Conditions-Commercial Items (SEPT 2005). 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005); within 52.212-5, the following clauses apply and are incorporated by reference: 52.203-6 Restrictions on SubContractor Sales to the Government (JUL 1995), WITH Alternate I (OCT 1995); 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (AUG 2009), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003). 52.247-34 F.o.b. Destination (Nov 1991). 52-252-2 Clauses Incorporated By Reference (Feb 1998) the full text of a clause may be accessed electronically at www.acquisition.gov/far. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.211-7003 Item Identification and Valuation (AUG 2008). Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), the following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009); 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUL 2009); 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); 252.247-7023 Transportation of Supplies by Sea (MAY 2002) The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is DO-C9. Responses to this solicitation are due by 14 Sep 2011 at 2:00 P.M. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item and how it meets the required specification, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Offers and questions can be addressed to Jenetta Langston at email jenetta.langston@navy.mil or phone 850-235-5362. Reference RFQ # N61331-11-T-8002 on your proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/79766b79edb2c97a0e47f1e076909eda)
 
Record
SN02567272-W 20110910/110909000113-79766b79edb2c97a0e47f1e076909eda (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.