Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2004 FBO #0982
SOLICITATION NOTICE

34 -- HIGH SPEED PRECISION GAP BED LATHE

Notice Date
8/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
333210 — Sawmill and Woodworking Machinery Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM0471581Q
 
Response Due
8/12/2004
 
Archive Date
8/2/2005
 
Point of Contact
Timothy H. Carson, Contract Specialist, Phone (256) 544-6689, Fax (256) 544-5861, Email Timothy.H.Carson@nasa.gov - Janice P. Burrough, Contracting Officer, Phone (256) 544-0317, Fax (256) 544-5861, Email Janice.Burrough@nasa.gov
 
E-Mail Address
Email your questions to Timothy H. Carson
(Timothy.H.Carson@nasa.gov)
 
Description
This notice 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; quotes are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a Model RL-1660-TW-EVS-A High Speed Precision Gap Bed Lathe with electronic variable sped (EVS), 1 EA, to be comprised of the following options and accessories (Item P/N are Republic Lagun Machine Tool Company): 10" direct mount 3 jaw chuck, Item Number 853-1036; 12" direct mount 4 jaw chuck, Item Number 853-1236; 12" face plate, Item Number 10-031; 14" face plate, Item Number 10-032; Follow rest, Item Number 10-005; Steady rest, 6' cap, Item Number 10-003; Taper attachment, Item Number 10-001; Micrometer carriage stop, Item Number 10-007; Quick change tool post & holders, Item Number 10-019; Lever type production collet closer, 5C, Item Number 10-041; Sjoren Handwheel type collet chuck, 5C, Item Number 10-043; 5C Round collets (16), 1/8" to 1-1/16" cap., Item Number 10-045; Chuck Guard, installed, Item Number 10-047; Live center, MT #4, Item Number 10-049; Drill chuck, key type, with arbor, Item Number 10-057; Work Light, installed, Item Number 10-059; Extra Cost for 3/60/440 volt operation, Item Number 10-061; Anilam 450-L Digital Readout System with CSS (Constant Surface Speed), installed 60" centers. The Government intends to acquire a commercial item using FAR 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The provisions and clauses in the RFQ are those in effect through FAC 01-24. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333210 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an quote which shall be considered by the agency. Delivery to Marshall Space Flight Center, AL is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 4:30 CST on August 12, 2004 and must be mailed or faxed to Timothy H. Carson, PS24-D/MDC, George C. Marshall Space Flight Center, Marshall Space Flight Center, AL 35812, or Fax (256) 544-5861 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. FAR addenda to 52.212-1 are indicated as follows and incorporated herein by reference with the same force and effect as if they were given in full text: 52.211-6, Brand Name or Equal (AUG 1999) NASA FAR Supplement (48 CFR Chapter 18) addenda to FAR 52.212-1 are indicated as follows and incorporated herein by reference with the same force and effect as if they were given in full text: 1852.223-72 and 1852.215-84. The Government may consider a late quotation or modifications to a quotation received after the date indicated for receipt of quotations but before the Government has made an offer, should such action be in the best interest of the Government. FAR 52-212-4(OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.204-7, 52.211-15, and 52.247-34. Far 52.212-5(MAY 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, Alt I, 52.225-13, 52.232-33, and 52.219-6. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. Additional Clauses applicable to this acquisition include NFS 1852.223-72 Health and Safety (Short Form), MSFC 52.246-90 Warranted Items, and MSFC 52.232-90 Discounts for Prompt Payment. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Quoters must include completed copies of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items with their quote. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commerical_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". All contractual and technical questions must be in writing (e-mail or fax) to Timothy Carson not later than August 9, 2004. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Prospective offerors shall notify this office of their intent to to submit a quote. It is the offeror's responsibility to monitor the following internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#111543)
 
Record
SN00635162-W 20040804/040802212531 (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.