Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
SOLICITATION NOTICE

34 -- Work Holding Devices

Notice Date
3/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333515 — Cutting Tool and Machine Tool Accessory 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
W911W6-12-T-0006
 
Response Due
3/14/2012
 
Archive Date
5/13/2012
 
Point of Contact
Beth Chapman, 757-878-4827
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(beth.k.chapman.civ@mail.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 solicitation number is W911W6-12-T-0006 and is issued as a Request for Quote (RFQ). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award only one firm-fixed-price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. The applicable North American Industry Classification Standard (NAICS) code is 333515. The small business size standard is 500. The Aviation Applied Technology Directorate intends to purchase work holding devises needed to operate recently purchased 5-axis computer numerically controlled (CNC) milling machines. This procurement shall be sourced as a single procurement from one vendor that can meet all requirements. The work holding devises shall meet or exceed the following minimum requirements. Vises: (Qty 29) vises shall be supplied measuring a minimum of 125mm wide x 12 inches long. All vises shall have a 12-inch clamping capacity, shall be self-centering with a positional repeatability of +-.0002 and shall be constructed of hardened and ground steel with a clamping force capability of up to 20000 Newton meters. All vise jaws shall contain a maximum 1/8"deep step at the top of the vise jaw and be equipped with serrations along the top of the vise jaw to allow secure clamping on 1/8" of raw stock material. The remaining surface of the same set of vise jaws must also have a flat smooth ground face to allow clamping on finished surfaces of stock. The flat ground face of vise jaws must have a minimum smooth ground clamping depth of 1 inch. All vise jaws shall be reversible to allow 12.00 inches of clamping along the length of vise. All vises shall be able to be configured with an interchangeable lead screw to allow a single self-centering vise to be converted to a double self-centering vise with a fixed center jaw that will maintain +-.0002 positional repeatability. All vises shall be supplied with a handle to enable manual actuation of vise. Mounting plates: Mounting plates will be attached to 2 different sizes of existing machine tables to enable a vise to be attached to the mounting plate using round clamping studs mounted to the bottom of each vise. Clamping of the vise to the mounting plate shall be by manual actuation to activate a locking mechanism within the plate to secure the round studs to the plate. Existing machine #1 has (qty 7) machine tables measuring 500mm x 500mm each and must be outfitted with mounting plates. Mounting plates that will be attached to machine #1 must be sized to accommodate the 500mm x 500mm machine table and be able to be mounted to the table in such a way as to allow clamping of a 125mm wide vise in the center of the table and also allow for a double vise setup (using 125mm vises) by moving vises side to side without repositioning the plates that are mounted to the table. Mounting plates must be able to be used with riser devices. It is assumed that 5 mounting plates will be used for each of the machine tables on machine #1 (3 plates for mounting vises and 2 plates for mounting riser devises). Therefore, (qty 35) mounting plates will be required for machine #1. Machine #1 mounting plates must not exceed 500mm overall width when 3 mounting plates are mounted side by side on a 500mm wide machine table. Existing machine #2 has (qty 7) machine tables measuring 350mm x 350mm each and must be outfitted with mounting plates. Mounting plates that will be attached to machine #2 must be sized to accommodate the 350mm x 350mm machine table and be able to be mounted to the table in such a way as to allow clamping of a 125mm wide vise in the center of the table and also allow for a double vise setup (using 125mm vises) by moving vises side to side without repositioning the plates that are mounted to the table. Mounting plates must be able to be used with riser devices. It is assumed that 3 mounting plates will be used for each of the machine tables on machine #2 (2 plates for mounting 2 vises and 1 plate for mounting 1 riser devise). Therefore, (Qty 21) mounting plates will be required for machine #2. Machine #2 mounting plates must not exceed 350mm overall width when 2 mounting plates are mounted side by side on a 350mm wide machine table. (Qty 2) additional mounting plates are required for a wire electrical discharge machine (EDM) setup. These 2 mounting plates must be interchangeable with the other mounting plates supplied and have the same features to allow mounting of a 125mm wide vise via round clamping studs in the vise. All mounting plates shall be made of hardened and ground steel and have a +-.0002 positional repeatability. All mounting plates must be able to support a 125mm wide vise. All mounting plates must have a minimum of 4 counter bores for mounting the plate to a machine table. Riser devises: (Qty 21) Riser devises shall be supplied at a minimum thickness of 100mm. Risers must contain round clamping studs that protrude from the bottom of the riser to act as a manual locking device for supplied mounting plates, and have a +-.0002 positional repeatability. Risers must be configured to allow direct mounting of the riser to the top of the mounting plates and also allow mounting of vises to the top of the riser (via the round studs protruding from the bottom of vise). Risers that will be mounted to machine #1 must not exceed 500mm overall width when 2 risers are mounted side by side on a 500mm wide machine table. (Qty 14) rises are required for machine #1. (Qty 7) rises are required for machine #2. Round mounting plate for 4th axis mill setup: (Qty 1) round steel mounting plate shall be supplied with a minimum diameter of 6.75 inches to enable vises to be mounted to the round plate using the round clamping studs protruding from the bottom of vise. Clamping of vise to round plate shall be by manual actuation to activate a locking mechanism within the plate to secure the round studs to the plate. Round mounting plate must have a minimum of 2 counter bores for mounting the plate to a machine rotary table. Round mounting plate shall be made of hardened and ground steel and have a +-.0002 positional repeatability. Accessories: (qty 1) A Hydraulic stamping unit shall be provided with serrated jaws to stamp indentations on raw stock to match supplied vise jaw serrations (detailed in 1.0.4) to allow secure vise clamping on a minimum amount of raw stock material using the 1/8" step depth of the supplied vises. The Hydraulic stamping unit must exert enough force to allow stamping of stainless steel or aluminum raw stock. (Qty 1) extra set of serrated stamping jaws must be supplied with the Hydraulic stamping unit. (Qty 252) round clamping studs for vises and risers (assuming vises and risers have 4 studs each). NOTE: 252 qty allows for extra clamping studs for future in-house tooling. Delivery: The following items shall be delivered on or before March 23, 2012: (qty 35) mounting plates, (qty 14) 100mm height risers, (qty 14) 125mm wide x 12 inches long centering vises, and (qty 1) stamping unit. The following items shall be delivered on or before May 1, 2012: (qty 23) mounting plates, (qty 7) 100mm height riser, (qty 15) 125mm wide x 12 inches long centering vises, (qty 1) extra set of jaws to fit stamping unit, (qty 14 packs) clamping studs with 4 in each pack, and (qty 1) round mounting plate for 4th axis mill setup. Shipping and the Item Unit Identification label charges shall be included in the quote. All deliverables shall be packaged to ensure safe delivery to destination point. Delivery, Inspection, Acceptance, and F.O.B Point are Destination. Destination is the Aviation Applied Technology Directorate, Building 3507, Attn: Mark Weisner, Fort Eustis, VA 23604-5577. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Ensure compliance with this provision, exclusive of paragraphs (b)(9) and (b)(10); (d), (e), (h), (i) do not apply. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Also, in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. The following provisions apply: FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification, and DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Clauses incorporated by reference include FAR 52.204-7, Central Contractor Registration; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; and DFARS 252.246-7000, Material Inspection and Receiving Report. The following clauses cited within FAR 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 Subcontracts Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-aside; 52.219-28, Post Award Small Business Program Re-representation; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea, Alternate III; and 252.247-7024, Notification of Transportation of Supplies by Sea. The Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.237-7019, Training for Contractor Personnel Interacting with Detainees; DFARS 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Barrier; DFARS 252.247-7023, Transportation of Supplies by Sea; and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the provisions and clauses may be accessed electronically at http://farsite.hill.af.mil. The successful offeror must submit their invoices through the Wide Area WorkFlow Web site http://wawf.eb.mil and must be in good standing with the Government according to the Excluded Parties List System https://www.epls.gov. FAR 52.212-2, Evaluation-Commercial Items, is incorporated by reference with paragraph (a) filled in as follows: the evaluation factors are (1) technically acceptable, (2) low price, (3) delivery. Technical acceptance provides for adherence to the requirement as identified above. Interested persons may identify their interest and capability to respond to this requirement and submit a quote. All responsible sources that submit an offer will be considered. Quotes are due not later than March 14, 2012, 4:00 p.m. EST and shall be submitted to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Beth Chapman), 401 Lee Boulevard, Fort Eustis, VA 23604-5577 by email at beth.k.chapman.civ@mail.mil. Contracting Officer point of contact is Linda Diedrich at 757-878-4828 or by email at linda.d.diedrich.civ@mail.mil. Technical questions must be directed through the contracting office individuals identified above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d35f03fa22512d1c47bc75b5a52bebe6)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: CCAM-RDT, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02694582-W 20120314/120312235036-d35f03fa22512d1c47bc75b5a52bebe6 (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.