Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

36 -- Large abrasive cut-off saw, 20 inch blade, water cooled, floor standing, automatic x-table with recirculating water cooling unit, band filter and necessary tools and clamps. Vendor provided training. - Package #1

Notice Date
7/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
National Transportation Safety Board, National Transportation Safety Board, Acquisition Division, 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
 
ZIP Code
20594
 
Solicitation Number
NTSB-PUR-14-0341
 
Archive Date
8/26/2014
 
Point of Contact
Kathleen A Kern, Phone: 202-314-6104, BRYAN J. MOY, Phone: 202-314-6282
 
E-Mail Address
kathleen.kern@NTSB.gov, bryan.moy@ntsb.gov
(kathleen.kern@NTSB.gov, bryan.moy@ntsb.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment (2) CLIN Spreadsheet Attachment (1) Past Performance Reference (1) Action Code. Synopsis/Solicitation (2) Date: Thursday, 24 July (3) Year. 2014 (4) Contracting Office Zip Code. 20594 (5) Classification Code: 333249 Other Industrial Machinery Manufacturing (6) Contracting Office Address.. National Transportation Safety Board (NTSB) Office of Administration, Acquisition & Lease Management Division, AD-20, 490 L'Enfant Plaza, SW Washington, DC 20594 (7) Subject: Large abrasive cut-off saw, 20 inch blade, water cooled, floor standing, automatic x-table with recirculating water cooling unit, band filter and necessary tools and clamps. Vendor provided training. (8) Proposed Solicitation Number. NTSB-PUR-14-0341 (9) Closing Response Date. Monday, 11 August 2014 at 2:30PM EST (DST), Questions with regard to this solicitation shall be submitted on or before 31 July 2014 at 2:30PM. (10) Contact Point or Contracting Officer. Ms. Kathleen A. Kern; Mr. Bryan Moy (11) Place of Contract Performance. National Transportation Safety Board (NTSB) 490 L'Enfant Plaza, SW Washington, DC 20594 (12) Set-aside Status: 100% small business set aside. (i) 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. (ii) The solicitation numbered NTSB-PUR-14-0341 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-74 July 1, 2014. (iv) Set-aside Status. 100% Small Business Set-Aside, the associated NAICS code 333249 Other Industrial Machinery Manufacturing and small business size standard is 500 employees. (v) Line Items, options: CLIN Description Qty Unit of Issue 0001 Large, Abrasive Cutoff Saw 1 LOT Description: Large Abrasive Cutoff Saw in accordance with the Statement of Work, to include all operational manuals and installation instructions Delivery Date: within 90 calendar days of contract award 0002: Training 1 LOT Description: One (1) day of practical training in operation and maintenance. Period of Performance: within 90 days from contract award. (vi) Description of requirements for the items to be acquired. BACKGROUND NTSB Mission The National Transportation Safety Board (NTSB) is an independent Federal agency charged by Congress with investigating every civil aviation accident in the United States and significant accidents in the other modes of transportation -- railroad, highway, marine and pipeline -- and issuing safety recommendations aimed at preventing future accidents. Materials Laboratory, Office of Research and Engineering The Material Laboratory is a division of the Office of Research and Engineering tasked with the study and analysis of material failures from transportation accidents. In doing so the laboratory must perform many activities on and with the accident components including but not limited to, documenting, examining, viewing and testing both destructively and non-destructively. To perform these duties the lab must have and maintain various pieces of equipment. SALIENT CHARACTERISTICS AND ATTRIBUTES: Procure a high capacity automatic cut-off saw machine shall have, as a minimum, the following salient characteristics and attributes: Use Large diameter abrasive blades 20 inch diameter Automatic and manual cutting modes Variable speed blade rotation with no belts Cutting Load sensing in automatic mode to reduce blade breakage and sample burning. Laser cut alignment tool All tools necessary for blade changes All specialty tools and equipment necessary for normal maintenance Liquid cooled cutting with all necessary pumps, filters, liners and hardware Large table surface for mounting specimens min 3 feet wide 2 feet deep T-slot table with 12 mm T slots, Capability to load from overhead Cutting capacity minimum 7 inch diameter rounds And 7 by 10 inch rectangles Motor 12 HP minimum 3phase 208 volt Left and Right side quick clamps with XL jaws 5 abrasive blades of assorted compositions Table or blade movements in feed (motorized) 12 inch min and cross feed (motorized) directions 10 inch Internal wash system with flushing gun One (1) day practical training in operation and maintenance Brand Name or equal: Machine equivalent to Struers Magnutom 500 with accessories and pumps. DELIVERABLES The contractor will deliver the saw and all necessary operational equipment and accessories within 90 days of the date of award. Delivery will include all operational manuals and installation instructions. Upon receipt the Material Lab will inspect the items for completeness and obvious damage and NTSB will have the equipment installed, including wiring, per the manufacturer's instructions and operationally tested within 30 days of delivery, at NTSB expense. Training at the NTSB will be arranged between Materials Lab Staff and vendor at mutually agreed upon time. PERIOD OF PERFORMANCE Warranty against defects in materials and workmanship for a standard period of one (1) year from delivery date. QUALIFICATIONS The software must have a proven track record of successful and productive application by government, military, industry, commercial and/or academic users. POINTS OF CONTACT Technical Point of Contact: To be provided Contracting Point of Contact Ms. Kathleen A. Kern National Transportation Safety Board Office of Administration Acquisition & Lease Management Division, AD-20 Office: (202) 314-6104 FAX: (240) 752-6299 (vii) Date(s) and place(s) of delivery and acceptance and FOB point. See (vi) (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition, and the specific evaluation criteria to be included in paragraph (a) of this provision are: 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance; (iii) price; Technical and past performance, when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding all CLINS for an overal total price. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Technical Capability: explain how the product being offered meets the requirement of the SOW. Cut sheets will be accepted but a narrative no longer than five (5) pages must explain the attainment of the requirement. Should the offeror's submission be found technically acceptable, the NTSB reserves the right to request a demonstration of the product and further explanation of the services proposed as requested. The Government reserves the right to reject any/all offer(s) not in compliance with the SOW. Past Performance: provide three (3) references - names, telephone numbers and email addresses in accordance with the past performance attachment (1) - of US government, military, industry, and/or academic users who will attest to the software's proven track record of successful and productive application by government, military, industry, commercial, and/or academic users. Price: please complete the attached spreadsheet. (x) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and FAR clauses cited in the clause are applicable to the acquisition are: (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) At this time no additional contract requirement(s) or terms and conditions have been determined by the contracting officer to be necessary for this acquisition and/or consistent with customary commercial practices. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable. (xv) The date, time and place offers are due: 11 July 2014 at 2:30pm EST (DST). (xvi) The individuals to contact for information regarding the solicitation: Ms. Kathleen A. Kern, kathleen.kern@ntsb.gov, 1-202-314-6104; Mr. Bryan Moy, bryan.moy@ntsb.gov, 202-314-6282. Questions with regard to this solicitation shall be submitted on or before 31 July 2014 at 2:30PM. Any amendment(s) to this solicitation will be issued in the same manner as the initial synopsis and solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NTSB/CMS/WashingtonDC/NTSB-PUR-14-0341/listing.html)
 
Place of Performance
Address: 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
Zip Code: 20594
 
Record
SN03437097-W 20140726/140724235711-b507e822ef49fa305354f29ae80e3ddb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.