SOLICITATION NOTICE
34 -- HYDRAULIC COMPRESSION PRESS - BRAND NAME OR EQUAL
- Notice Date
- 8/15/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333513
— Machine Tool (Metal Forming Types) Manufacturing
- Contracting Office
- RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-07-T-0238
- Response Due
- 8/27/2007
- Archive Date
- 10/26/2007
- Small Business Set-Aside
- N/A
- Description
- (i)This 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; pr oposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-07-T-0238. This acquisition is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and cla uses are those in effect through Federal Acquisition Circular 2005-18. (iv) The associated NAICS code is 333513. The small business size standard is 500 employees .(v) The following is a list of contract line item number(s) and items, quantities and un its of measure, (including option(s), if applicable): CLIN 0001, 1 Each, Wabash Hydraulic Compression Press, Model 400-30-BCLPX; CLIN 0002, 1 Each, Viewpoint control system; CLIN 0003, 1 Each, 36 clamp cylinder stroke option with approximate working heigh t of 74; CLIN 0004, 1 Each, Special high pressure insulation option for platens up to 11,000 psi. (vi) Description of requirements: The application for this press is the compression of composite materials at process temperatures in the range of 800 degre es F. The desired brand name system is a Wabash Hydraulic Compression Press, Model 400-30-BCLPX or its commercial equivalent. Alternates must include the following salient characteristics: 400 ton capacity with 30 inch x 30 heated and cooled platens with - Four (4) T-slots ? inch wide x 30 inches each -10 to 400 ton adjustable compression force -800 degree F maximum operating temperature - Insulation between platen and bolster - 1/16 DIN digital temperature controllers with Two (2) Thermocouple plugs and receptacles for monitoring mold temperature - One (1) zone per platen Factory set daylight at 36 inches with 36 inch clamp cylinder stroke - Self-contained hydraulic system, including: - Energy-efficient motor - Reservoir with access panel and gauge for oil level and temperature indication - Variable-volume, pressure-compensated hydraulic pump - Suction line strainer - 10 micron absolute return line cartridge filter - Water-cooled heat exchanger - 60 IPM closing speed - 3 IPM pressing speed - 80 IPM opening speed Viewpoint control system for proportional pressure control, platen temp, ramping, automatic platen cooling and mold temp display High pressure insulation for platens (up to 11,000 psi) Freight to Aberdeen Proving Ground Full product documentation including operating manual, spare parts listing, and drawings Installation and start up assistance/training at Aberdeen Proving Ground (vii) Delivery is required by 31 December 2007 or sooner. Delivery shall be made to Aberdeen Proving Ground, MD, 21005. The FOB point is Destination. Ship to address is Bldg 434 with installation at Building 4600. Acceptance shall be performed at Aberd een Proving Ground, by the Government, upon completion of installation, start up and successful test of equipment. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attach ed to this provision: None. (ix) 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: Award will be made to th e responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers received: (1) Technical - The technical evaluation wil l be a determination as to whether the proposed equipment meets (or exceeds) the salient characteristics of the brand name product listed in (vi) above. Failure to meet any of the salient characteristics will cause rejection of that offer. Technical evalu ation will be based on information furnished by the offeror. The government is not responsible for locating or securing any information which is not identified in the offer. To ensure sufficient information is available, offerors must furnish as part of t heir proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics. If the offeror proposes to modify a product so as to make it conform to the requirement of this solicitation the proposal shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. (2) Past Performance Past performance will be evaluated bas ed on information provided by the offeror as to actual sales of like or similar products to industry or government agencies. Past performance evaluation will consider the history of the offeror in providing a product that meets specifications, meeting deli very schedules and warranty and maintenance reputation. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. Technical and past performance are of equal importance. Pri ce will not be evaluated but will be considered in the award decision. A best value award decision will be made weighing the technical and past performance information with the overall price. Technical and past performance when combined are more important than price, and the contracting officer may make award to other than the lowest priced offer. The contracting officer reserves the right to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror R epresentations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acqu isition. 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 Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Condition s Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: The following additional FAR/DFARS cl auses cited in these clauses are applicable: 52.203-3 Gratuities ((Apr 1984); 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate 1 (Oct 1995); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-28 Post Award Small Business Program Representation (June 2007); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007);, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); 252.225-7012 Preference for Certain Do mestic Commodities (Jan 2007); 252.225-7014 Preference for Domestic Specialty Metals (Jun 2005); 252.232-7003 Electronic Submission Of Payment Requests (Jan 200 4); 252.243-7002 Requests for Equitable Adjustment (Mar 1998); 252.247-7023 Transportation of Supplies by Sea (May 2002); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). Clauses and provisions are incorporated by reference and ap ply to this acquisition. Full text of the clauses and provisions can be obtained at http://www.arnet.gov (xiii) The following additional contract requirement(s) or terms and conditions apply: Far Clause 52.211-6 Brand-Name or Equal (Aug 1999). Full tex t of the provision can be obtained at http://www.arnet.gov The following RDECOM local provisions shall be incorporated into any resultant contract: 52.004-4407 Type of Contract; 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contac t; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.032-4418 Tax Exemption Certification; and 52.032-4427 Electronic Submission of Invoices Payment by DFAS. A copy of the full text of these provisions will be made available u pon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: None. (xv) The following notes apply to this announcement: None. (xvi) Responses are due by Monday, 27 August 2007 by 3:00 PM, Mountain Dayligh t Time (MDT) via email to martha.robles@arl.army.mil. (xvii) For information regarding this solicitation, please contact Martha Robles, Contracting Officer, (505) 678-4963, Fax (505) 678-8701, or email martha.robles@arl.army.mil
- Place of Performance
- Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC-AW WSMR NM
- Zip Code: 88002-5513
- Country: US
- Zip Code: 88002-5513
- Record
- SN01373711-W 20070817/070815222027 (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 |