Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

34 -- ELECTRICAL DISCHARGE MACHINING CENTER (EDM)

Notice Date
3/26/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N00167 NAVAL SURFACE WARFARE CENTER, MARYLAND 9500 MacArthur Blvd West Bethesda, MD
 
ZIP Code
00000
 
Solicitation Number
N0016708T0063
 
Response Due
4/10/2008
 
Archive Date
5/10/2008
 
Point of Contact
Hugh Harrison 301-227-1123
 
E-Mail Address
Email your questions to the poc
(hugh.harrison@navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items pre pared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. Solicitation number N00167-08-T-0063 applies and is hereby issued as a request for quotation (RFQ). This announcement constitutes the only solicitation and proposals are being requested; a written solicitation will not be issued. The applicable North American Industry Classification System (NAICS) Code is 333512 ? size standard is 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-22 as well as DCN 20071207. This is 100% Small Business Set-Aside. For this acquisition the Non Manufacturer Rule has been waived. Basis for award will be lowest price-technically acceptable and past performance. Past performance will be evaluated through the Navy Red, Yellow, Green Program. Information regarding the program is located at the following internet site: http://www.nslcptsmh.csd.disa.mil/ryg/ryg.htm. A Firm-Fixed Price purchase order is anticipated through Simplified Acquisition Procedures. Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. All responsible sources may submit a quote that will be considered by the Agency. This requirement as follows: Clin-0001? Quantity of One (1) each?Item Description as follows: ELECTRICAL DISCHARGE MACHINING CENTER (EDM) -- WITH THE FOLLOWING MINIMUM SPECIFICATIONS: >Submerged machining to minimum travel range of 39" X-axis, 31.5" Y-axis, 15.5" Z-axis; >U/V stroke +/-3" x +/-3". >15 degree taper angle @ 10.25". > 3-Sided table >Minimum table dimensions: 53" x 46" with 61"x 51"x 15.5" work-piece dimensions, >Table rapid feed at 51 inches/minute, >Direct drive ball screws, >Digital AC servo drive system, >Linear motion guide ways for X, Y, Z axis, >Linear glass scales, >.008-.014 wire diameter capability, >.020" minimum start hole capability, >Fine pulse control for cutting low conductivity materials; >Self-cleaning stainless steel work tank, >640 gallon filter tank capacity, >Chiller, >Fast fill pump, >Multi-step programmable flushing control, >Precision paper cartridge filter system, >Automatic level control, >Auto-lock and automatic rise/fall tank door, >Moving column to accommodate work loading. >Precision round diamond wire guides >Wire alignment gauge. >Auto oiler >.010 guides >22 lb and 44 lb wire spool capability. >Closed loop torque control wire tensioning system >Fine resolution (2 millionths) encoder feedback >Programmable automatic wire threader, with quick re-try function, and programmable self cleaning. >Indexable upper and lower power feeds. >Removable wire processor, >Minium of 64 bit multi-tasking industrial PC CNC control with 100MB user program storage, >Windows style graphical interface with a minimum 10.4" TFT liquid crystal display, >Ethernet with FTP, and USB port program input. >Capable of direct import of DXF and IGES CAD files. >Maintains location feedback with power loss. >Walk-around advanced pendant control. >High speed anti-electrolysis power supply, >On-screen wire tip display, >Auto power recovery, >3 phase 200-230 VAC, 60Hz, 50 amp. >Includes machine delivery, installation, and startup, >Includes 2 year warranty with technical support, >Includes Level 1 & Level 2 training available throughout warranty period. >Includes one printed copy of machine operation manual, and parts manual. -- Delivery is required nine ( 9 ) months or sooner after receipt of order. Fob Destination. Final inspection and acceptance will be at Naval Surface Warfare Center, Carderock Division, 9500 MacArthur Blvd; West Bethesda, MD 20817-5700. Clauses and provisions may be accessed through the following websites: FAR clauses - http://www.arnet.gov/far/ -- DFARS clauses - http://www.acq.osd.mil/dp/dars/dfars.html -- The following provisions and clauses apply: 52.212-4 CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS (FEB 2007) 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEC 2007) (DEVIATION) Incorporating {52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-39, 52.222-41, 52.222-50, 52.223-15, 52.222-51, 52.247-64, 52.222-53, 52.247-64}. 252.212-7001 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR2007) (DEVIATION) incorporating {252.225-7014;252.237-7019;252.247-7023;252.247-7024}. 52.211-15 DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS (SEP 1990); 52.253-1 COMPUTER GENERATED FORMS (JAN 1991); 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE (SEP 1990), (DO); 52.212-1 INSTRUCTIONS TO OFFERORS ? COMMERCIAL ITEMS (NOV 2007);52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003); 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998);52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998);52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984);52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984);52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2007) ALTERNATE I (APR 2002) [FILL-IN].---- CAR-L01 NOTICE TO PROSPECTIVE SUPPLIERS (OCT 2003); CAR-M01 ADDITIONAL EVALUATION FACTOR FOR CONSIDERATION OF PAST PERFORMANCE?NAVY RED/YELLOW/GREEN PROGRAM (APR 1999). ----- All contractors and individuals doing business with the Federal Government must be registered at the Contractor Central Registration Database (CCR) to be considered for award. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. SUBMISSION OF OFFERS. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(l) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. METHOD OF OFFER SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. Offers may be submitted by email to hugh.harrison@navy.mil or by fax to 301-227-1847. All responses must be received by April 10, 2008 - 3:00 p.m.- Eastern Time. All responsible sources may submit a quote which shall be considered by the agency. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. See note #1
 
Record
SN01542376-W 20080328/080326224854 (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.