Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

34 -- Purchase of Manual Betts Bridgeford Lathe

Notice Date
9/20/2021 2:01:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
SPMYM321Q3104
 
Response Due
9/22/2021 12:00:00 PM
 
Archive Date
10/07/2021
 
Point of Contact
Emily Bateman, DLA-KME EMAIL BOX
 
E-Mail Address
Emily.bateman@dla.mil, DLA-KME-QUOTATIONS@DLA.MIL
(Emily.bateman@dla.mil, DLA-KME-QUOTATIONS@DLA.MIL)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures 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 SAM.gov. The Request for Quotation (RFQ) number is SPMYM321Q3104. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-07 and DFARS Change Notice 2021-0913. 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: https://www.ecfr.gov� and� https://www.acquisition.gov/content/list-sections-affected �and� http://www.acq.osd.mil/dpap/dars/change_notices.html.� The FSC Code is 3416 and the NAICS code is 334417 and the Small Business Standard is 500. This requirement is a SOLE SOURCED solicitation to Machine Tool Research (MTR) due to this machine meeting the Government�s needs of size, weight, capability, capacity, meeting all technical, accuracy, and weight capacity requirements, with no special foundation requirements, as well as consistency and repeatability for technical work on high value irreplaceable submarine components, and interchangeability of tooling with existing Betts Bridgeford �E� series lathe due to identical form, fit, and function (see attached J&A for additional justification). Quotations received that represent a different manufacturer will not be considered for award. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: CLINs: 0001��� Purchase of (1) Manual Betts Bridgeford Lathe �����������������1 EA�������� ____________ ����������� (Model E-4983), meeting the following minimum requirements: Minimum requirements: 1. Lathe shall have a minimum swing diameter of 54 inches. 2. Lathe shall have a minimum distance between centers of 11 feet. 3. Lathe shall not exceed 25 feet in overall length (due to space limitations). 4. Lathe shall have a 40 HP headstock drive motor. 5. Lathe shall be capable of a minimum chuck speed of 2 RPM and be capable of 200 RPM in high gear. 6. Lathe shall be capable of handling 18,000 pounds between centers with no additional support. 7. Electrical cabinet shall be built using all UL listed components. 8. Lathe shall have spindle soft start and soft stop feature. 9. Lathe shall have a 2 speed tail stock. 10. Spindle concentricity of 0.0005"" or less both axially and radially. 11. Bed way straightness of 0.003"" or less over the entire length. 12. Carriage cross slide shall maintain 0.0015"" max concave over the entire length. 13. Lathe shall be supplied with 4-jaw chuck. 14. Shall not require additional foundation; high PSI concrete floor is 8.5� thick on site. 0002��� Shipping & Installation of CLIN 0001, Lathe ��������������1 EA�������� ____________ FAR CLAUSES AND PROVISIONS: 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 provisions and clauses are applicable to this procurement: 52.202-1, Definitions 52.203-3, Gratuities 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. 52.204-7, System for Award Maintenance 52.204-13, SAM Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-24* See Attachment for this provision 52.204-25* See Attachment for this clause 52.204-26* See Attachment for this provision 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-5, Certification Regarding Responsibility Matters 52.204-19, Incorporation by Reference of Representations and Certifications 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Reps and Certs 52.212-4, Contract Terms and Conditions � Commercial Items 52.219-1 Alt I, Small Business Program Representations 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-2 Inspection of Supplies-Fixed-Price 52.246-16 Responsibility for Supplies 52.247-34, F.O.B-Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.203-6 with Alt 1, Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract awards, 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program 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 Equal Opportunities for Workers w/ Disabilities, 52.222-37 Employment Reports on Disabled Veterans, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons (Prime and Subcontracts) 52.222-54 Employment Eligibility Verification 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-SAM DFARS CLAUSES AND PROVISIONS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003. Control of Government Personnel Work Product 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001) 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.204-7016, * See Attachment for this provision. 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.204-7019, *See Attachment for this provision. 252.204-7020, �NIST SP 800-171 DoD Assessment Requirements 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification and Valuation 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 252.223-7008� Prohibition of Hexavalent Chromium 252.225-7000 Buy American�Balance of Payments Program Certificate. 252.225-7001 Buy American and Balance of Payments Program. 252.225-7002 Qualifying Country Sources as Subcontractors. 252.225-7012, Preference for Certain Commodities 252.225-7021, Trade Agreements 252.225-7048, Export Controlled Items 252.231-7000 Supplemental Cost Principles 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System 252.246-7008, Sources of Electronic Parts 252.247-7023, Transportation of Supplies By Sea Note: Vendor shall list the country of origin for each line item. DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text) � 52.233-9001, Disputes:� Agreement to Use Alternative Disputes Resolution DLA PROCUREMENT NOTES (See Attachment for Full Text) C01 Superseded Part Numbered Items (SEP 2016) C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) C03 Contractor Retention of Supply Chain Traceability Documentation (SEP 2016) C04 Unused Former Government Surplus Property (DEC 2016) C07 Warstopper Material Program Buffer Availability C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017) C20 Vendor Shipment Module (VSM) (AUG 2017) E05 Product Verification Testing (JUN 2018) E07 Evaluation Factor for Origin Inspection (JAN 2018) H10 Awardee Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020) L04 Offers for Part Numbered Items (SEP 2016) L06 Agency Protests (DEC 2016) L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (APR 2018) L09 Reverse Auction (OCT 2016) L10 Competing Individual Delivery Orders Through Reverse Auctions (OCT 2016) L11 Small Business Program Representations (AUG 2017) L31 Additive Manufacturing (JUN 2018) M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016) M06 Evaluation of Offers for Part Numbered Items (SEP 2016) LOCAL CLAUSES (See Attachment for Full Text): YM3 A1: Additional Information YM3 C500: Mercury Control (Supplies) YM3 C528: Specification Changes YM3 D2: Marking of Shipments YM3 D4: Preparation for Delivery (Commercially Packaged Items) YM3 D8: Prohibited Packing Materials YM3 E2: Inspection and Acceptance (Destination) YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard YM3 M8: Single Award for All Items Quoters are reminded to include a completed copy of 52.212-3 and it�s ALT I if not updated in SAM. This announcement will close at 03:00 PM EST local time on Wednesday, 22 September 2021. The Point of Contact for this solicitation is Emily Bateman who can be reached by email emily.bateman@dla.mil. METHOD OF SUBMISSION:� Offers shall be emailed. Please submit quotations via email at Emily.bateman@dla.mil� ������������������������������������� AND dla-kme-quotations@dla.mil� All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM).� Quoters must be registered in the SAM database to be considered for award.� Registration is free and can be completed online at http://www.sam.gov/. If not the actual manufacturer � Manufacturer�s Name, Location, and Business Size must be provided. All quotes shall include price(s), FOB point, Cage Code, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code. Please note that the Government�s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f53bd92cc8fd4e1faa51fe1c687cbd16/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN06138515-F 20210922/210920230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.