Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
MODIFICATION

65 -- Accupress, Accurshear and Accessories

Notice Date
9/13/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
FORT DRUM, FORT DRUM, NY 13602
 
ZIP Code
13602
 
Solicitation Number
10071796-97
 
Response Due
9/15/2011
 
Archive Date
3/13/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is 10071796-97 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-15 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Drum, NY 13602 The U.S. Army ACC MICC Fort Drum requires the following items, Brand Name or Equal, to the following: LI 001, Accurpress Model 725010 or equal, with Accessories:Shall be of the following dimensions:-Overall Maximum Length - 144 inches;-Overall Maximum Height - 98 inches;-Overall Maximum Depth - 60 inches;-Maximum Bed Height - 36 inches;-Maximum Bed Length - 120 inches;-Maximum Between Frames - 100 inches;-Maximum Tonnage ? 250;-Maximum Ram open height - 16 inches;-Maximum Ram closed height - 8 inches;-Maximum Ram stroke length - 8 inches;-Maximum Throat depth - 10 inches;-Maximum Main Motor - 20HP; RAM SPEEDS:-Maximum Fast Approach - 65 IPM;-Maximum Bend - 19 IPM;-Maximum Fast return - 140 IPM;-Maximum Cycles per minute at 3 inches stroke length ? 11;-Unit shall be of precision bolt-together and welded frame construction for maximum strength and rigidity;-Bed and ram engineered with optimum crown to minimize shimming of dies;-High quality, maintenance free, self lubricating bearings;-Heavy duty ram gibbing, guided by lifetime lubricated slideways;-T-slots machined front-back in bed cap for securing die holder;-Power ram tilt adjustment; CONTROL STATION:-Three position / dual palm pushbuttons; ETS PLC SYSTEM INCLUDES the following:-4 line LCD display;-Numeric keypad;-Maximum 15 RAM program memory;-Programmable high/slow/bend positions;-Programmable auto cycle time delay;-Tonnage select;-Compensation for oil temperature fluctuations to ensure;-Constant ram accuracies;-Inch/Metric conversion;-Machine start/stop button;-Emergency stop ram return buttons;-Operator lock / unlock key;-Operator mode selector: Jog/Manual/Auto;-Double stop foot switch circuit: on/off;-Hand/foot transfer circuit: on/off;-Power ram tilt control buttons. Hydraulics and Electrics: -UL approved electrical control panel and ANSI B11.4 standards; -Side mounted hydraulic and electrical package; -Tonnage control via key selection on ETS control station; - High quality precision honed hydraulic cylinders, incorporating induction hardened chrome Plated piston rods with low friction, zero leak seals; -Oil cooler for optimum running temperatures. Accessories: ETS 3000 P12 CNC Gauge or equivalent; Advantage Package:-Maximum Offering 0.0004 inches repeat accuracy;-Duel Ram encoder feedback, front covers complete with dial indicator measuring ram tilt; TOOLING-for provided Press:-Standard Die Holder, 10 foot length;-30 degree Acute Forming Punch, 10 foot length;-30 degree Acute Forming Die, 10 foot length;-85 degree Forming Punch, 10 foot length;-85 degree Forming Die, 10 foot length., 1, EA; LI 002, Accurshear Model 637510 or equal: Shall be of the following dimensions:-Overall Maximum Length - 148 inches;-Overall Maximum Height - 88 inches;-Overall Maximum Depth - 87 inches;-Maximum Bed Height - 32 inches;-Thickness Maximum capacity in steel - 3/8 inches;-Maximum cutting length - 122 inches;-Maximum Knife size - 1 inches;x 3 inches; x 124 inches;-Minimum number of hold downs ? 16;-Maximum Hold down tonnage ? 16;-Maximum Main Motor size ? 30;-Maximum Weight - 21000 lbs;-Minimum Strokes per minute ? 21;-Maximum Short Stroke ? 44;-Unit shall be of welded construction with boxed in bed design for maximum strength;-Low fixed rake angles to reduce: bow/twist/camber;-Minimum Shearing capacities rated at 80,000 tensile / 44,000 yield structural quality steel;-Four edge blades top to bottom of modified high carbon high chrome;-4 foot squaring arm c/w steel rule with 1/16 inches; increments and 1 mm increments;-Flip up squaring arm stop;-Manual quick blade clearance adjustment adjusted via lever on side of machine;-T-slot left-right in front of shear for mounting support arm fixtures;-Shadow light and line;-Minimum Two handslots in table. Control Console must have the following: -Machine on/off buttons-Three mode selection switch: Jog/Manual/Auto-Back gauge control mounted on pendant arm: -Numeric Keypad; -LED display in.001; -99 Programmable pre-select positions; -Sequential single step programming; -Go-to-position function; -Programmable backstop retract; -Stroke counter; -Stroke length setting; -Hour meter. Power Backgauge:-Shall be of Heavy duty design incorporating precision acme lead screws running on roller bearings; -Minimum 36 inch backgauge travel; -Automatic backgauge stop bar flip-up at the 36 inch travel. Hydraulics & Electrics: -UL approved electrical control panel & ANSI B11.4 standards; -Footswitch Control; -Hydraulic reservoir mounted behind and above ram stiffener in safe and accessible location; -Complete Overload protection; -High quality precision honed hydraulic cylinders, incorporating induction hardened chrome Plated piston rods with low friction, zero leak seals; -Oil cooler for optimum running temperatures., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army ACC MICC Fort Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army ACC MICC Fort Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply:52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors;252.232-7010, Levies on Contract Payments; DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph b apply:252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Technically Acceptable and Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an ?all-or-nothing? basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 333513 with a small business size standard of 500 employees. The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support. Prescription for Use: Include in Section G of all new solicitations and contracts. If feasible, ongoing solicitations should be amended to incorporate the language. Clause text: 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (NOV 2008) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command, Office of Command Counsel, 9301 Chapek Rd, Room 2-1SE3401, Ft. Belvoir, VA 22060-5527, Facsimile number (703) 806-8866 or 8875. Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command, Office of Command Counsel, Room 2-1SE3401, 1412 Jackson Loop, Ft. Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.(End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c26e309113cdc1ee30ea8d811e1a2a32)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
 
Record
SN02574673-W 20110915/110914000811-c26e309113cdc1ee30ea8d811e1a2a32 (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.