Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2005 FBO #1159
SOLICITATION NOTICE

34 -- Explosion Proof Lathe

Notice Date
1/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W813LT-4362-7001
 
Response Due
2/9/2005
 
Archive Date
4/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is W813LT-4362-7001. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effec t through Federal Acquisition Circular 1-27. This acquisition is set-aside for small-businesses. The associated NAICS code is 423830. The small business size standard is 500 employees. This solicitation is identified as brand name or equal, the purcha se description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must-- Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by--Brand name, if any; and make or model number; include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The following is a list of contract line item number(s) and item s, quantities and units of measure, (including option(s), if applicable). CLIN No. 0001 DESCRIPTION: Republic Lagun CNC Universal Turning Center Explosion Proof Lathe Machine; Model UTC 1340-EXP with Lagunmatic 4000T Control QUANTITY 1 Each. Descripti on of requirements: The contractor shall supply one (1) lathe machine that meets the following requirements: 1. Turning and machining explosive materials such as: magnesium; solid rocket fuel, etc. 2. Machining in vaporous environments and the machin ing of hazardous materials. The lathe machine shall configure with local Pressurized control cabinet and remote operating Controls with key interlock switches at e/a location. 3. Capable of long shaft work up to 40 inch and chuck work up to 13 inc h diameter. 4. Repeatability of plus or minus 0.0002 inch. 5. Minimum of a 5 hp (30 minute duty rating) spindle motor with programmable spindle speed of 0-3000 rpm. 6. Fully automatic lubrication. 7. Meet the NEC requirements for Class II, Div ision I and II Groups E, F, and G per NFPA 70 Article 500. 8. Explosion sealers at every connection at electrical enclosures and motors. 9. Motors shall be specially sealed and/or purged per electric code to be explosion proof. 10. Machine electric s should be sealed and purged. 11. Swing over bed- 13-inch minimum, Swing over cross slide- 8-inch minimum, Distance between centers- 40-inch minimum, Cross Slide (X) travel- 6-inch minimum, and Carriage (Z) travel-35 inch minimum. The contractor shall sh ip, deliver and install the lathe at Army Research Laboratory, Aberdeen, Md within 12 weeks of contract award. After installation the contractor shall be available to train personnel on the usage of the product. The contractor shall supply one set of ope rating manuals. The Contractor shall provide One Year warranty on all parts and labor. Acceptance shall be performed at APG, Aberdeen, MD. The FOB point is de stination. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None 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: Technical and price. The technical capability of the item will be a determination as to whether the proposed product meets the technical specification b ased on information furnished by the contractor quote. The Government is not responsible for locating or securing any information, which not identified in the solicitation; the contractor shall include a clear description of such proposed modifications an d clearly make any descriptive materials to show modifications. The Government will award a contract to the offeror whose offer conforms to the solicitation and is the lowest price to the Government. The Government reserves the right to make an award wit hout discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The cl ause 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 Ex ecutive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DF ARS clauses cited in this clause are applicable: FAR 52.203-6, FAR 52.219-6, FAR 52.219-8, FAR 52.22-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-1, FAR 52.225-13, FAR 52.232-33, FAR 52.232.6. (xiii) The following additional c ontract requirement(s) or terms and conditions apply: The following additional contract requirement(s) or terms and conditions apply: DFARS 252.225-7001, the following DFARS clauses cited in this clause are applicable: DFARS 252-7001, DFARS 252.225-7012, DFARS 252.225-7014, DFARS 252.225-7015, DFARS 252.227-7037. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov . The following RDECOMAC local provisions sha ll be incorporated into any resulting contract: 52.032-4418 Tax Exemption Certification, 52.004-4408 Foreign National Performing under Contract, 52.005-4401 Release of Information by Manufacturers, Research Organizations, Educational Institutions, and Oth er Commercial Entities Holding Army Contracts, 52.032-4408 Distribution of Invoices with Receiving Report, 52.011-4401 Receiving Room Requirements. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DOC9E. (xv) The following notes apply to this announcement: The Numbered Noted 1 applies to the proposed contract as a 100% set-aside for small business concern. Offers are due on Febr uary 9, 2005 by 10:00 a.m., at US Army Research Laboratory, RMAC- Adelphi, AMSRD-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783-1197 or via email to kharrigan@arl.army.mil . (xvii) For information regarding this solicitation, please contact Kathy Harr igan, Contract Specialist at (301) 394-3693, FAX (301) 394.2852 or email at kharrigan@arl.army.mil.
 
Place of Performance
Address: Army Research Laboratory, Aberdeen Proving Ground ATTN: AMSRD-ARL-WM-TB, Aberdeen Proving Grounds Aberdeen MD
Zip Code: 21005-5001
Country: US
 
Record
SN00740586-W 20050128/050126212300 (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.