Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2004 FBO #0945
SOLICITATION NOTICE

34 -- RFQ FOR ONE EACH FLOW WATERJET ABRASIVE CUTTING SYSTEM, MODEL 4400-B

Notice Date
6/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-04-R-0025
 
Response Due
7/14/2004
 
Archive Date
9/12/2004
 
Point of Contact
Gregory Davies, 410-278-6514
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(gdavies@arl.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Army Research Laboratory, Aberdeen Proving Ground, MD is planning to buy one (1) each Waterjet Abrasive Cutting System (quantity of one each plus additional listed product features, accessories, and on-site familiarization training). The specific product is a FLOW Waterjet System, Model 4400-B, Integrated Flying Bridge System Solution, with Dynamic Waterjet (TM) option. The Government intends to utilize reverse auction procedures for this procurement. This is a competitive, anonymous, on-line au ction in which participants will submit a series of quotes/bids that descend in price during the reverse auction to be conducted July 22, 2004, at 1000 EST. The Government will only consider the brand named item so that the new machine will be compatible with the control unit of an existing FLOW waterjet already installed at the same location. The contract will be firm-fixed price. The anticipated award date is late July 2004. This action is a small business set aside. The NAICS code for this action is 3 33512; the SIC code is 3541. The small business size standard is 500 employees. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This action is issued as a request for proposal (RFP) using a reverse auction tool to obtain pricing. The solicitat ion number is W911QX-04-R-0025. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. This purchase will be made under the test procedures for the procurement of commercial items under the authority of FAR 13.5. ARL requires a brand name FLOW, Integrated Flying Bridge Abrasive Waterjet Cutting System, Model B-4400, with Dynamic Waterjet upgrade. The unit is to have a 4 x 4 foot cutting table, 30 HP HYPlex UHP pump (55,000 P SI), FlowPATH and FlowCUT software 5.0 versions. The following options are also to be included and priced: Parts Kit/Spares Kit, HyPlex Pump, PN 712101-1 and 712101-2; Orifice Mount Assy, PASER ECL, 10 each (2 ea .010, 2 ea .013, 6 ea .014); and ECL Prem ium Mixing Tube, PASER ECL, 5 ea (.030). Also to be included in price is start up supervision and training, a one-year warranty, and 3 complete sets of all printed documentation/drawings/instructions/manuals. Supplier will be required to provide detailed floor layout of equipment with utility requirements and hook ups. The acceptance and FOB point is Destination. Delivery shall be made to U.S. Army Research Laboratory, Bldg. 434, Aberdeen Proving Ground, MD 21005. Final acceptance of this system will be made only after unit is assembled, tested, and found compliant by the Government. Interested small business suppliers are to send via email NLT 1600 July 14, 2004, to RMAC-Adelphi@arl.army.mil a technical description of the product requirement listed here in and past performance information. Availability and delivery are also to be provided. No pricing is to be provided in the initial email submission due July 14, 2004. The pricing shall only be submitted using the reserve auction tool described herein. R everse Auction Instructions: Revised prices will be submitted during a competitive, anonymous, on-line reverse auction (Reverse Auction). The Reverse Auction will be conducted on July 22, 2004, at 1000 EST. Not withstanding FAR 52.215-5, offerors will su bmit revised pricing only through the online mechanism supplied by the Army. Offerors will not submit revised pricing via any other mechanism including but not limited to post, courier, fax, E-mail, or orally unless specifically requested by the Contracti ng Officer. All interested vendors must submit a technical product listing and past performance data NLT July 14, 2004. After review of the initial product of fering information, the Contracting Officer and/or Contract Specialist will contact each responsible supplier to provide access to the Armys Reverse Auction tool (Moai Technologies). Approved vendors will be notified with a username and password assignmen t and date/time for a brief training session. Contacts regarding this reverse auction procurement are Joe Bowers, Contracts Specialist at 410-278-6515 or Greg Davies, Contracting Officer at 410-278-6514. Electronic offers shall be submitted by offerors d uring the reverse auction period identified in the FLOW Waterjet Cutter Procurement listed in My Invitations. If an offer is submitted within the last three minutes, as indicated by the web server count down clock, of the time period specified for the rev erse auction stop time, the time period shall be extended for an additional three minute period beyond the time of the original stop time. An offer during the reverse auction must differ from the market-leading offer by at least the decrement ($250.00) id entified on the auction detail page. If no offers are submitted within the extension period, the reverse auction will close i.e., within the last three minutes of the original scheduled stop time. Further, if an extension period is generated and an offer is submitted within the last three minutes within the extension period another three-minute extension period will be generated. There will be no limits on the number of extensions in each reverse auction; the market place will be the determining factor i n closing the reverse auction. When no offers are submitted during the last three minutes of the extension period then the auction will close. Submission of an offer during the reverse auction will be considered consent by the Offeror to participate in th e reverse auction and to reveal their prices in anonymity during the reverse auction. The Contracting Officer also reserves the right to suspend or cancel the reverse auction at any time. By participating in the reverse auction, offerors certify that the only knowing disclosure by the offeror of its prices to any other offeror will be during the reverse auction. The offeror further certifies that disclosure by the offeror of its prices during the reverse auction shall not be for the purposes of restrictin g competition. Basis For Award: At the conclusion of the reverse auction, the Government intends to make a best value award to the responsible offeror that represents the best price of technically acceptable suppliers. Past performance information will al so be considered, but price is more important. The successful offeror shall bid on one (1) line item that includes all product features and accessories listed herein. The Contracting Officer reserves the right to make no award under this procedure. Afte r conclusion of the reverse auction, the Contracting Officer will contact the apparent successful offeror for execution of the award document. During the Reverse Auction: Offerors shall submit electronic offers during the Reverse Auction period. This RE VERSE AUCTION shall constitute discussions with the offeror. The Reverse Auction will be conducted for a time period of 30 minutes. If an offer is submitted within the last three minutes of the time period, the time period shall be extended for an additi onal three minutes beyond the time of that offer (provided the offer was the lowest offer received). The final price revision during the Reverse Auction will be considered the Offerors Final Price Submission. The Contracting Officer reserves the right to open discussions at any time, and may elect not to conduct a Reverse Auction. No price revisions will be accepted after the close of the Reverse Auction, unless discussions are held and final proposal revisions are requested in accordance with FAR 15.307 . Submission of a proposal in response to the solicitation will be considered consent by the offeror to participate in the Reverse Auction and to reveal their p rices in anonymity during the event. The Government will award a contract to the offeror whose offer conforms to the specifications that match the identified brand name, including all listed options and accessories. Prices must be furnished as firm fixed price and will include a price for start up supervision and training of personnel as well as all accessories and options identified herein. The Government reserves the right to make an award without further discussions. The technical evaluation will be a determination of the offerors ability to deliver a complete FLOW Integrated Flying Bridge Waterjet System, Model B-4400 and shall be based on information furnished by the offeror. Past performance will be evaluated based on information provided by the off eror as to actual sales of the similar products to industry or government agencies (contractor format for past performance data is desired). Past performance will consider the reviews/ratings of other users who presently use or used offerors products and a bility of the offeror to meet delivery schedules. Offerors must include records of at least three recent sales, within the last 5 years, and identify a point of contact for each by providing a name and telephone number. Failure to submit past performance information (or to address past performance) with your initial proposal will result in your proposal being made non responsive. The Government reserves the right to make an award without further discussions. Offerors shall include a completed and signed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2001) with its offer. The clause DFARS 252.212-7000 (JUL 1997), Offeror Representations and Certifications, applies to this acquisition. The clause a t FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items, applies to this acquisition. T he following additional FAR/DFARS clauses cited in this clause are applicable: Restriction on Subcontractor Sales to the Government (JUL 1995); FAR 52.219.8, Utilization of Small Business Concerns (OCT 2000); FAR 52.222-21, Prohibition of Segregated Facil ities (FEB 1999); FAR 52.222-26, Equal Opportunity (FEB 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-19, Ch ild Labor-Cooperation with Authorities; FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products; FAR 52.232-33, Payment by Electronic Funds Transfer (MAY 1999), DFARS 252.204-7004, Required Central Contractor Registrat ion; DFARS 252.225-7001, Buy America Act and Balance of Payments Program, DFARS 252.227-7015, Technical Data-Commercial Items (NOV 1995); DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999). Clauses and provisions are inco rporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. Initial technical product listings, delivery/availability, and past performance data are due at 1600 EST, July 14, 2004, via email to RM AC-Adelphi@arl.army.mil. Offerors must cite the solicitation number in the subject line. Proposals received after this date and time will be considered non-responsive. Pricing will be provided by authorized vendors via the Army reverse auction on-line t ool on July 22, 2004, at 1000 EST. The Contracting Officer for this solicitation is Mr. Greg Davies, telephone 410-278-6514/email gdavies@arl.army.mil.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, APG Contracting Group ATTN: SHIPPING, BLDG. 434 ABERDEEN PG MD
Zip Code: 21005
Country: US
 
Record
SN00610836-W 20040628/040626211621 (fbodaily.com)
 
Source
FedBizOpps.gov 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.