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
SOLICITATION NOTICE

34 -- PYRAMID ROLL BENDING MACHINE

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
SPMYM3 DLA Maritime KM, Portsmouth Naval Shipyard Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
SPMYM311Q3049
 
Response Due
9/23/2011
 
Archive Date
9/22/2012
 
Point of Contact
Michelle Thompson 207-438-3877 Jack Norton
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS (https://www.fbo.gov/)and NECO (http://www.neco.navy.mil/). The RFQ number is SPMYM3-11-Q-3049. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110819. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 333513 and the Small Business Standard is 500. This is a competitive, unrestricted action. DLA Maritime - Portsmouth, Kittery, ME Contracting Office requests responses from qualified sources capable of providing: CLIN 0001 “ 1 EACH, PYRAMID ROLL BENDING MACHINE. SHALL MEET THE FOLLOWING MINIMUM REQUIREMENTS: 1.HYDRAULICALLY DRIVEN ROLLS (ALL 3). 2.HORIZONTAL WORK POSITION. 3.MOBILE CONTROL PANEL. 4.ALLOY STEEL ROLLS AND SHAFTS, HARDENED AND GROUND. 5.3-AXIS MECHANICAL ANGLE GUIDE ROLLS. 6.DIGITAL READOUT OF ROLL POSITION/S. 7.4.7 INCH SHAFT DIAMETER OR GREATER. 8.ROLL DIAMETERS LESS THAN OR EQUAL TO 16 INCHES. SHALL MEET THE REQUIRED MAXIMUM CAPACITIES IN A36 STEEL: A.ANGLE IRON 5 INCHES X 5 INCHES X 0.5 INCHES AT 80 INCHES IN DIAMETER. B.FLAT BAR (HARD WAY) 5 INCHES X 1 INCH AT 110 INCHES IN DIAMETER. C.FLAT BAR (EASY WAY) 8 INCHES X 2 INCHES AT 60 INCHES IN DIAMETER. D.SOLID ROUND BAR 3.5 INCHES AT 48 INCHES IN DIAMETER. E.SOLID SQUARE BAR 3 INCHES AT 48 INCHES IN DIAMETER. F.PIPE 5.5 INCHES X SCHEDULE 40 AT 80 INCHES IN DIAMETER. MANUFACTURE SPECIFICATIONS SHALL BE SUBMITTED WITH QUOTE TO BE REVIEWED FOR COMPLIANCE LISTED REQUIREMENTS. Requested Delivery is 30 DAYS ADC; Delivery Location is Portsmouth Naval Shipyard, Receiving Officer, Bldg 170, Code 501.2, Kittery, ME 03904. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-36 (if applicable). Additional applicable FAR clauses: 52.211-15, 52.223-11, 52.232-18, 52.233-1, 52.242-15, 52.242-17, 52.252-2, 52.252-6, 52.253-1, 52.247-34. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000 (if applicable), 252.225-7001, 252.225-7012, 252.225-7021, 252.225-7036 ALT I, 252.232-7003, 252.247-7023 ALT III. Additional applicable DFARS or local clauses: 252.204-7004 ALT A, 252.211-7003. Other clauses or provisions that may be applicable: 5252.204-9400, 5252.232-9402. One or more of the items under this acquisition is subject to Free Trade Agreements. If only one offer is received, the sole offeror may be required to provide information described below: (1) A copy of the current catalog or established price list for the articles covered by the offer or information where the established price may be found. (2) A statement that the prices quoted herein, including consideration of any discount or rebate arrangements, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. (3) The offeror is requested to submit the following pricing information on not less than the three most recent sales of, or quotations for, any of the articles being procured hereunder or articles similar thereto. Where the pricing information furnished is on similar articles, the offeror shall advise that the articles are not identical to the articles required hereunder and shall briefly indicate the differences in such articles. Pricing information furnished should be as current as possible, and, to the extent possible, should be on quantities similar to the quantities required hereunder. Date of Sale or Quotation, Quantity, Unit Price, Customer Contract Number, Customer. (4) If unable to furnish a catalog or established price list and the above data, offeror's are requested to furnish the following information with their offers. Unit cost to be comprised of the following information: Purchased Parts, Raw Material, Labor (number of hours, $ per hour), Manufacturing Overhead (percentage) with Component Elements, Other Costs (packing, transportation, etc.), Profit (percentage), G and A Expense (percentage “ See Note below), Price as Offered Herein. Note - In accordance with the final rule on DOD Profit Policy established in August 1987, profit on G&A costs is not allowed. This announcement will close at 12:00PM EST on 23 SEP 2011. Contact Michelle Thompson who can be reached at 207-438-3877 or email michelle.m.thompson@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. To be awarded on an All or None basis. METHOD OF PROPOSAL SUBMISSION: The NECO website has a submit bid button next to the solicitation number. DO NOT use the submit bid button on NECO to submit your proposal. Offers MUST be submitted by fax to 207-438-1251. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Wide Area Work Flow (WAWF). Quoter's must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The Navy WAWF Assistance Line is also available at 1-800-559-WAWF (9293). All quotes shall include price(s) FOB Destination, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, country product of origin, place of manufacture, delivery time, payment terms, if registered in WAWF and/or if quoter accepts payment by Government Purchase Card. Quoter's shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in ORCA. If registered, please so state on quote and affirm representations and certifications are up to date. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. The quote should not simply rephrase or restate the Government ™s requirements, but rather shall provide substantiation as to how the offeror intends to meet the requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/abd710628bccb733cb39dcad6b740f97)
 
Place of Performance
Address: PORTSMOUTH NAVAL SHIPYARD, KITTERY, ME
Zip Code: 03904
 
Record
SN02575005-W 20110915/110914001155-abd710628bccb733cb39dcad6b740f97 (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.