Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SOLICITATION NOTICE

34 -- Flow International Waterjet Machines - Attachments

Notice Date
9/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-17-T-0267
 
Archive Date
10/5/2017
 
Point of Contact
Robert A. Edwards, Phone: 3013943690
 
E-Mail Address
robert.a.edwards147.civ@mail.mil
(robert.a.edwards147.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Evaluation Criteria Redacted D&F for OTFOC Full Text Clauses (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one manufacturer's product under the authority FAR 13.501(a) -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, and brand name descriptions. The name of the company the Government intends to award a contract to is Flow International Corporation or a Flow International Corporation authorized re-seller. (ii) The solicitation number is W911QX-17-T-0267This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) The associated NAICS code is 333517. The small business size standard is 500 Employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): {insert CLIN 0001: Flow Mach 500-2020C Dynamic Water Jet (DWJ) CLIN 0002: Flow Mach 500-2020C DWJ with Closed Loop Chiller (vi) Description of requirements: The Government requires two (2) Flow Mach 500-2020c DWJ waterjet cutting machines that are identical systems, with one (1) to include a Closed Loop Chiller. QuantitySystem Component 2Precision Z-Axis; Dynamic WaterJet 2PASER 4 Cutting System 2FlowMaster PC Based Controller Software Suite 2Hyperjet 60i-S Intensifier Pump 2CleanCut Material Support System 2Start-up services, installation, and Training 2Warranty 2Dynamic XD 2UltraPierce 2Final Filter System 2Mach 500 Package 2Spare Parts Package for 60iS Pump 1Closed loop Chiller 2IUID 2Rigging (vii) Delivery is required within twelve (12) weeks After Received Order (ARO). Delivery shall be made to 321 Colleran Road Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at 321 Colleran Road Aberdeen Proving Ground, MD 21005. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: See attached Evaluation Criteria Word Document. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) 52.203-19 (Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements) 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.209-9 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2014) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26, EQUAL OPPORTUNITY (MAR 2007) 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (JUL 2014) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (JUL 2014) 52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50, COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.222-59 52.222-60, PAYCHECK TRANSPARENCY (EXECUTIVE ORDER 13673) (OCT 2016) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-18- Availability of Funds. 52.232-36, PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 52.203-3, GRATUITIES (APR 1984) 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.222-7007, REPRESENTATION REGARDING COMBATING TAFFICKING IN PERSONS (JAN 2015) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7000, BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2012) 252.225-7031, SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 2005) 252.225-7050, DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2014) 252.226-7001, UTILIZATION OF INDIAN ORGANIZATIONS, AND INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (SEP 2004) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7002, REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7022, REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.203-18, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.209-7, INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000, DISCLOSURE OF INFORMATION 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.204-0009, CONTRACT WIDE BY FISCAL YEAR 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.204-0009, CONTRACT WIDE BY FISCAL YEAR AMC-LEVEL PROTEST PROGRAM (JUL 2011) INTENT TO SOLICIT ONLY ONE SOURCE ACC-APG POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATION RECEIVING ROOM REQUIREMENTS (APG) PAYMENT OFFICE (BANKCARD) ARL-AT-OPSEC (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement:NONE (xvi) Offers are due on 20 September 2017 by 11:59 AM EST, at robert.a.edwards147.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Robert Edwards, robert.a.edwards147.civ@mail.mil, Phone: 301-394-3690.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4d199369af0345a2be97a89b509cc5da)
 
Place of Performance
Address: U.S. Army Research Laboratory, 321 Colleran Road, Aberdeen Provign Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04680551-W 20170917/170915232017-4d199369af0345a2be97a89b509cc5da (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.