Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOLICITATION NOTICE

34 -- 34 - Metal Working Machinery - Package #1

Notice Date
7/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017814R1013
 
Point of Contact
Sara Kniceley, Phone: 540-653-7089
 
E-Mail Address
Sara.Kniceley@navy.mil
(Sara.Kniceley@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted J&A This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is a single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access the information posted by the Navy Sea Systems Command. 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. Synopsis/Solicitation N00178-14-R-1013 is issued as a Request for Proposal (RFP). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74. This requirement is not eligible for small business set-aside. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure, on a brand name mandatory basis, four (4) Southwestern Industries milling machines. The required machinery are the only ones suitable and capable of meeting the requirement due to current software, training, and tooling with existing equipment. CLIN 0001: Qty. l EA - SWI TRAK DPMSX5P Mill with ProtoTRAK SMX CNC Control and Programmable Spindle Control, 220V/3PH/60HZ Includes the following options: Advanced Features w/Verify Option; AUX-PTSX (Auxiliary Functions); Networking; TRAKing/Electronic Handwheels Option; CLPMP-DPMSXAUX Coolant Pump; CONV-PARA/DXF-M (Converter, Parasolid & DXF files); CTRAY-5 (Chip Tray); LAMP-DPMSX (Work Lamp); LSO2-DPMSX5 (Limit Switch Option); PDB-D5CAT40 (Power Draw Bar - CAT40); P-TRAK RSG (Remote Stop/Go Switch); SPRAY COOL; and KURT D688 6" Plain Base Vise. CLIN 0002: Qty. l EA- SWI TRL1630SX 16" x 30" Lathe w/ ProtoTRAK® SLX CNC Control, 7.5HP, 220V/3PH Includes the following options: Advanced Features w/ Verify Option; Networking; DXF File Converter; TRAKing; TAILSTOCK-1630SX; CLPMP-LATHE (Coolant Pump); LAMP-LATHE (Work Lamp); CC-1630SX 5C (Collet Closer); SR-1630SX (Steady rest,.500 to 5.5" Roller Type); P-TRAK RSG (Remote Stop/Go Switch); TRL TOOL-3/4 (CXA Tooling kit, 3/4"); Pratt Burned 8" 3-Jaw Easy-Set Chuck w/ D1-6 Adapter; and Royal #10214 4MT H.D. CNC Spindle Type Live Center. CLIN 0003: Qty. l EA- SWI DPMSX3P Mill w/ ProtoTRAK® SMX CNC Control and Programmable Spindle Control, 220V/3PH/60HZ Includes the following options: Advanced Features w/ Verify Option; AUX-PTSX (Auxiliary Functions); Networking Option; TRAKing/Electronic Handwheels Option; CLPMP-DPMSXAUX (Coolant Pump use with Auxiliary Opt); CONV-PARA/DXF-M (Converter, Parasolid & DXF files); CTRAY-3 (Chip Tray and Splash Shield); LAMP-DPMSX (Work Lamp); LSO2-DPMSX3 (Limit Switch Option, X, Y and Z Axes); PDB-D5CAT40 (Power Draw Bar CAT40); P-TRAK RSG (Remote Stop/Go Switch); SPRAY COOL (Fog Buster Spray Coolant System); and Kurt D688 6" Plain Base Vise. CLIN 0004: Qty. 1 EA - SWI TRAK FHM7 Rigid Bed CNC with ProtoTRAK SMX CNC Control, 220V/3PH/60HZ Includes the following options: Advanced Features w/Verify Option; Auxilary Functions; Networking; TRAKing/Electronic Handwheels Option; CLPMP-FHM (Coolant Pump); CONV-PARA/DXF-M (Converter, Parasolid & DXF files); CTRAY-9 (Chip Tray and Splash Shield); LAMP-DPMSX (Work Lamp); Limit Switch Option; PDB-D7CAT40 (Power Draw Bar); P-TRAK RSG (Remote Stop/Go Switch); SPRAY COOL (Fog Buster Spray Coolant System); and KURT D688 Anglock Vise. Shipping terms shall be FOB Destination, Dahlgren VA. Delivery shall be 4 weeks ARO Inspection and Acceptance shall be made at NSWC Dahlgren, VA 22448 The following provisions and clauses are applicable to this procurement: 52.212-1 (no addendum); FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 52.212-2 (a) Evaluation Criteria order of importance: 1) Technical Capability 2) Price 3) Past Performance FAR 52.212-3 Offeror Representations and Certifications Alt1 - Offerors are to include a completed copy with their offer; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (no addendum); 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items with the additional FAR clauses: 52.203-6, 52.204-10, 52.219-8, 52.219-28, 52.222-3, 52.22-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.232-33; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-0001 Line Item Specific: Single Funding DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alt A System for Award Management DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.225-7020 Trade Agreements Certificate DFARS 252.225-7021 Trade Agreements DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.246-7000 Material Inspection and Receiving Report DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Requests for Equitable Adjustment Sea HQ C-2-0024, Extension of Commercial Warranty (NAVSEA) 52.211-14 - Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulations. In order to minimize the risk of the government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and to ensure that the Government purchases only equipment that is genuine (i.e., not counterfeit or gray market), authorized (e.g., including appropriate licenses), and supported (e.g., warranty and support services) by the OEM, Vendor shall certify that it is a Manufacturer Authorized Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. By submitting a response to an Request for Quote (RFQ) or Request for Proposal (RFP), the Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Partners only, in accordance with Manufacturer's applicable policies in effect at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 12. The order shall be firm fixed price. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Proposals are due 07 August 2014, no later than 12:00 pm EDT with an anticipated award date of 29 August 2014. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Questions and responses regarding this synopsis/solicitation may be submitted to Sara Kniceley by email at sara.kniceley@navy.mil. All questions shall be submitted to the Government POC listed no later than 12:00 p.m., 28 July 2014 to allow ample response time before the close of the bidding period. Email should reference Synopsis/Solicitation Number in the subject line. Attachments: 1- Justifications & Approvals (J&A)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017814R1013/listing.html)
 
Record
SN03434903-W 20140725/140723235417-29df97c7116161a7a0a2b9e13b9cc88d (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.