Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1998 PSA#2125

Rothe Joint Venture, L.P.; 4614 Sinclair Rd.; San Antonio, TX = 78222

36 -- HIGH SPEED PRODUCTION PLATE SAW SOL RFQ 7031-11 DUE 073198 POC Point of Contact -- William D. Rothe, (210) = 648-3131/Subcontracting Officer WEB: Rothe Joint Venture, L.P., http://www.rothe.com. E-MAIL: Rothe Joint Venture, L.P., rick@rothe.com. Reference: Subcontract 7031-11 Rothe Joint Venture, L.P. is a = prime contractor for NASA JSC, in Houston, Texas. Rothe intends to = purchase one high speed production plate saw via competitive sealed = bidding procedures using streamlined acquisition procedures outlined in = Part 12.6 of the FAR: (I) This is a combined synopsis/solicitation for = commercial items prepared in accordance with the format in Subpart = 12.603c(2), as supplemented by this notice. This announcement = constitutes the only solicitation. There is no other solicitation = document. Proposals are requested in response to this announcement. = (II) This is a Request for Quotation (RFQ). (III) The = provisions/clauses in effect through Federal Acquisition Circular No. = 97-04, 24 April 1998, are incorporated in this solicitation. (IV) This = is a Small Business set-aside. The Standard Industrial Classification = (SIC) codes are 3541 and 3546 and the small business size standard is = 500 employees or less. (V) This acquisition is for a single contract = line item number (CLIN); i.e. one high speed production plate saw. (VI) = The following is a description of the minimum requirements for the item: = BEGIN SPECS (a) Cutting Height -- 18"; (b) Cutting Length -- 148" (need = ability to cut full 144" long plate); ( c ) Column to Blade (i.e. from = back stop to end of the travel) -- 50"; (d) Blade Width -- 2"; (e) = Weight Capacity -- 15,000 lbs.; (f) Blade Drive -- 15 hp (min.); (g) = Hydraulic System -- 10 hp (min.); (h) Coolant Pump -- =BD hp (min.); ( i ) = Carbide Blade Guides; (k) Hydraulic Band Tension; (l) Automatic Chip = Removal; (m) Band Break Limit Switch; (n) Powered Blade Brush; (0) = Powered Back Stop Positioning; (p) Forklift Loading; (q) Controlled = Constant Feed Rate; ( r ) Blade Deflection Monitor; (s) Noise Level Less = than 85 dB; (t) Material Clamping Capability; (u) Loading and Cutting = Table Roller system that allows 90 degree rotation of a 48" X 144" = plate; (v) Quote as options: ( i ) Laser Material Alignment; (ii) CNC = Control; (iii) Hydraulic Material Clamping. END SPECS (VII) Required = Delivery Date: 30 March 1999. Place of Delivery: Lyndon B. Johnson = Space Center, Houston, TX 77058. FOB point: Houston, TX. (VIII) The = provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, = applies. (IX) The provision at FAR 52.212-2, Evaluation-Commercial = Items, applies. Source selection will be based on the product's = compliance with the above specifications, the ability of the offeror to = meet the delivery date, and price. (X) Offeror must include a completed = copy of FAR 52.212-3, Offeror Representations and = Certifications-Commercial Items, with the offer. (XI) Offeror must = include with bid a statement that the FAR clause at 52.212-4, Contract = Terms & Conditions-Commercial Items, applies to this acquisition. (XII) = FAR clause at 52.212-5, Contract Terms and Conditions Required To = Implement Statutes or Executive Orders-Commercial Items, applies. (XIII) = Offeror should include the price of a one year parts & labor warranty. = Offeror should also price out separately a three year full parts and = labor service agreement that included both periodic preventive = maintenance as well as emergency maintenance with 72 hour response time = for maintenance. Each of the three years should be priced separately. = The vendor must provide the following documentation: three copies of = the Operator Manual, Maintenance Manual, and Parts Breakout. The = offeror should also provide a period of training at Johnson Space Center = . (XIV) Defense Priorities and Allocations System (DPAS): The = following contract clauses are added: FAR 52.211-14, Notice of Priority = Rating for National Defense Use; and FAR 52.211-15, Defense Priority and = Allocation Requirement. Priority for this order under Title I of the = Defense Production Act for industrial items is DOC9. (XV) Special = Proposal Preparation Instructions: (a) Non-adherence to the following = conditions of bidding will result in a rejection of the complete bid = package. (b) The bidder shall prepare his proposal by referring to each = paragraph of this solicitation. (c) The bidder will then place one of = the following symbols next to each paragraph number: ''C'' to indicate = compliance with the specifications or condition; ''NC'' to indicate = non-compliance (for each ''NC'', the vendor must provide a detailed = statement of what is being offered. (d) The following price breakout = shall be provided: Plate Saw, documentation (operations & maintenance = manuals), transportation to Johnson Space Center, price of unloading = from the truck, price for training at JSC (to include vendor's travel, = lodging, per diem, and training fee), price of one year warranty, price = for each of the three subsequent one year service agreements, total = price. (e) Terms shall be 30 days after acceptance of the system at JSC. = Acceptance is defined as: that all hardware has been delivered, = training is completed, and the system is operating according to the = specifications proposed. (XVI) Sealed bids are due at 1500 hours San = Antonio, Texas time, on 31 July 1998. Only written proposals will be = accepted. Mail to: RJV, 4614 Sinclair Road, San Antonio, TX 78222. = (XVII) For information contact William D. Rothe, Telephone: = 210-648-3131; FAX: 210-648-4091; E-Mail: rick@rothe.com. All = responsible sources may submit a bid, proposal/quotation which shall be = considered.=20 Posted 06/24/98 (0175)

Loren Data Corp. http://www.ld.com (SYN# 0260 19980626\36-0002.SOL)


36 - Special Industry Machinery Index Page