Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

35 -- SHEAR,, BETENBENDER MODEL 12-250 OR EQUAL

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-06-Q-0269
 
Response Due
8/10/2006
 
Archive Date
8/25/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance with Federal Acquisition Regulation, FAR 13 with the format in FAR 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. This solicitation number N00181-06-Q-0269 is issued as a request for quotation (RFQ). This requirement is restricted to small businesses and the applicable NAICS is 333513 with a standard size of 500 employees. FISC Norfolk Naval Shipyard anticipates award of a firm-fixed price contract for the following line item: CLIN 0001: 12? long, ?? thick capacity shear, Betenbender model 12-250 or approved equal. 1. Capacity: 3/8? thick A-36 mild steel. 1/4? thick 304 stainless steel. 2. Main cutting motor: 25HP minimum. 3. Nominal cutting length: 144?. 4. Blade dimensions to be 148? x 1? x 4?. 5. Blades: to have four (4) cutting edges and be made of high-carbon, high-chrome for long life. 6. Rake of moving blade to be 3/8? per foot. 7. Back gauge to be power type with 36? range minimum. 8. Machine bed to be steel one-piece box section, stress relieved. 9. Ram to be stress relieved steel. 10. Machine to have hydro-mechanical hold down to grasp material firmly and prevent movement and tipping. 11. Machine to be activated by a fully shrouded portable footswitch. 12. Machine shall be capable of 14 full-length strokes per minute and 20 four (4) foot strokes minimum. 13. To have integral large capacity hydraulic tank suitable for production-type continuous use. 14. Machine to include one-shot lubrication allowing easy maintenance of major grease points. 15. Machine to have machined solid table top bed with dovetail slots for disappearing front stops used in front gauging. 16. Machine to include two front support arms/slide type for dovetail machined in table face allowing easy positioning of arms along the cutting area. 17. Machine to have 3-position adjustable open height control for controlling the return height of the cutter head. 18. Machine to have a 3-position power blade gap adjustment to allow for rapid change of blade gap for different materials. Indicator lights on the control panel shall indicate the blade gap setting. 19. Machine to have a 3-position stroke length control. 20. Back gauge controls shall be simple and user-friendly. 21. All machine operator controls shall be conveniently located at an operator control location on the front of the machine 22. Machine to have a time totaling hour meter. It shall be of the non resetting type and shall have a range of 0 to 100,000 hours in increments of 1 hour and 99999 shall be the maximum readout. The least significant digit on the meter readout shall be 1 hour. Lesser increments are not acceptable. Upon reaching the maximum accumulative hours, the meter readout shall automatically revert to zero and continue to totalize time. The meter shall be designed to prevent the entrance of dust and moisture and shall be mounted to withstand shock and vibration generated by the equipment. The meter shall be located as to be readily visible, but not subject to abuse relative to the operating environment of the equipment. 23. Machine shall be wired for 460v 60c 3-phase electrical power. 24. Machine shall meet the latest industry safety standards and include the required safety features including signs, markings, covers, etc. 25. Installation: Installation shall be the responsibility of the contractor. Once installation begins, it shall be completed within five (5) working days. Installation shall be performed by English speaking United States citizens during Norfolk Naval Shipyard?s normal day shift (7:20 a.m. to 4:00 p.m. Eastern Standard or Daylight Savings Time (as applicable) excluding Federal Holidays). 26. Delivery: Machine shall be delivered to Building 234 at the NORFOLK NAVAL SHIPYARD F.O.B. The contractor shall notify NORFOLK NAVAL SHIPYARD at least ten (10) working days in advance to schedule a delivery date. Norfolk Naval Shipyard will provide a forklift and forklift operator to assist as required with this operation. The installation location is on the 1st floor of Building 234 in the Sheet Metal Shop. 27. Installation shall begin within 5 working days after delivery. All installation work shall be completed by the contractor in a timely manner. All installation work shall be performed by factory-authorized representatives. All factory authorized representatives shall be English speaking U.S. Citizens. All work shall be performed during NORFOLK NAVAL Shipyard?s normal working hours: Monday through Friday from 7:20 am to 4:00 pm Eastern Standard (or Daylight when applicable) Time, excluding Federal Holidays. 28. Electrical Installation: The machine shall come ready to be hooked to an electrical stub up at the machine location. Once the machine is in final position, Norfolk Naval Shipyard electricians will connect the machine wiring into Norfolk Naval Shipyard?s power system. 29. Training: Training shall begin immediately after completion of installation and successful completion of testing of the. The training will be held at the installation location. The contractor shall provide the services of qualified training representative(s). The representatives shall be English speaking U.S. Citizens. All training shall be performed during NORFOLK NAVAL Shipyard?s normal working hours: Monday through Friday form 7:20 am to 4:00 pm Eastern Standard (or Daylight when applicable) Time, excluding Federal Holidays. 30. The contractor shall provide specialized training to familiarize NORFOLK NAVAL SHIPYARD personnel with the machine. The training shall apply to personnel as follows: 31. Machine Operator Training: Machine operator training shall include instruction on proper set-up and operation of the machine. Approximately three (3) shop personnel will attend the training session. 32. Maintenance Personnel Training: Maintenance training shall include troubleshooting and methods of correction should the machine malfunction with emphasis on minimizing down time. Approximately three (3) maintenance personnel will attend the training session. 33. Acceptance at Destination: Final acceptance of the machine shall be made at destination by Code 980 within 30 days after completion of satisfactory acceptance testing at NORFOLK NAVAL SHIPYARD. Acceptance shall be based upon satisfactory completion of the examinations and tests at destination. Both during testing and the 30-day period immediately following satisfactory acceptance, cognizant personnel of NORFOLK NAVAL SHIPYARD shall be alert for possible signs of improper performance, malfunctions, and potential unreliability. During this 30 day period, the contractor shall correct any problems identified by NORFOLK NAVAL SHIP-YARD in the same manner as described under the warranty provisions specified herein. 34. Warranty: All components, parts, installation work, and labor for the machine and its accessories furnished under this specification shall be covered by warranty from defects in design, materials, and workmanship for a period of one (1) year from the date of acceptance by NORFOLK NAVAL SHIPYARD. Warranty shall include parts, labor, travel, and per diem, and shall incur no expense to the Government. If warranty work is required, after being notified by NORFOLK NAVAL SHIPYARD, the contractor shall respond back to NORFOLK NAVAL SHIPYARD within 24 hours with a proposed method and time schedule for warranty repairs. All warranty work shall be completed by the contractor in a timely manner that is acceptable to the Government. Warranty work performed at NORFOLK NAVAL SHIPYARD by the contractor shall be performed by English speaking U.S. Citizens. All work shall be performed during NORFOLK NAVAL SHIP-Yard?s normal working hours: Monday through Friday form 7:20 am to 4:00 pm Eastern Standard (or Daylight if applicable) Time, excluding Federal Holidays. All deliverables shall be FOB Destination, NNSY, Portsmouth, VA 23709-5000. Delivery is required on or before 1 Aug 2006. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-06 and the latest Defense Federal Acquisition Regulation Supplement 20051011. The following apply: FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5 incorporating 14, 15, 16, 17, 23, and 26. ADDENDA: FAR Clauses 52.207-4, 52.211-15, 52.211-16, 52.211-17, and 52.247-34, 52.219-22, 52.222-25, and 52.246-2, DFAR 252.212-7000, 252.212-7001 incorporating 52.203-3, 252.225-7001, 252.225-7021, and 252.225-7036. IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to all solicitations issued on/after 06/01/98. Please ensure compliance with this regulation when submitting your quote. CCR does not apply if Government Credit Card is acceptable. Call 1-888-227-2422 or visit the Internet at http://ccr.gov for more information. All responses must include a completed copy of the certifications and representation set-forth in FAR 52.212-3 and DFAR 252.212-7000. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. The award shall meet requirements for access to NNSY: Contractors representatives must be United States citizens. Representatives are to provide the NNSY Security Office with proof of U.S. citizenship at the point in time of the request for access. The original or certified copy of one of the following provides proof of U.S. citizenship: (1) Birth Certificate (2) Verification of Birth (DD Form 372) (3) Hospital birth certificate with an authenticating seal (4) For those persons born abroad to a U.S. citizen parent: (a) Certificate of citizenship issued by the Immigration and Naturalization Service (b) Report of birth Abroad of a Citizen of the United States of America (Form FS-240) (c) Certificate of Birth (Form FS-545 or DS-1350) issued by a U.S. Consulate or the Department of State (5) Certificate of Citizenship for individuals who claim to have derived U.S. citizenship through the naturalization of the parent(s) (6) Certification of Naturalization (original only). Note: One of these documents must be provided before any badges will be issued for access to the shipyard. The contractor?s failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, quote form, etc) but must include the following 1) Complete mailing/remittance address (s); 2) Prompt payment discount; 3) Delivery Schedule; 4) Taxpayer ID#; 5) All completed certifications as required herein. All responses must be received by 10 August 2006 4:30 PM, Local Time and shall reference solicitation no. N00181-06-Q-0269. Responses may be mailed to : FISC Norfolk Naval Shipyard, Maritime Industrial Branch, Purchase Division, Code 532.2D, Attn: Valerie Moore, Bldg 1500, 2nd Floor, Portsmouth, VA 23709-5000 or emailed to Valerie.moore@navy.mil or moorevb@nnsy.navy.mil. Text of clauses may be found at the following websites: www.arnet.gov/far; www.dtic.mil/dfars.
 
Place of Performance
Address: Norfolk Naval Shipyard, Portsmouth, VA
Zip Code: 23709-5000
Country: UNITED STATES
 
Record
SN01107258-W 20060806/060804223039 (fbodaily.com)
 
Source
FedBizOpps 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.