Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2008 FBO #2341
SOLICITATION NOTICE

32 -- CNC Router for DDAA - Brand Name or Equal

Notice Date
4/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333210 — Sawmill and Woodworking Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-8059-3119
 
Point of Contact
DANIEL L HERRING, Phone: 717-770-6030
 
E-Mail Address
daniel.herring@dla.mil
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request For Quotation, solicitation number SP3100-8059-3119. This requirement is Unrestricted. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-24 effective 28 FEB 2008, and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20080331 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2008-11. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. Offerors shall provide a Firm Fixed Price inclusive of shipping costs (FOB Destination, Anniston, AL 36201-4199) for the following: CLIN 0001: The Defense Distribution Depot Anniston, AL (DDAA) has a requirement for a contractor to furnish, install, setup, and provide onsite operator training for a quantity of (1) EA CNC Router – BRAND NAME OR EQUAL TO: ShopSabre Model 4896 CNC Table with Microsystems Operating Software – as described in Salient Characteristics, and Scope of Work, Contractor Responsibilities and Government Responsibilities shown below. Required delivery schedule is 10 weeks ARO. SALIENT CHARACTERISTICS: This is a BRAND NAME OR EQUAL acquisition; in accordance with FAR 52.211-16, the salient physical, functional, or performance characteristics that “equal” products must meet are as follows: The table top size must be no smaller than 4-foot by 8-foot (48-inches x 96-inches). The main components of the CNC Router System required are a 208/240/480/ 3 phase electrical source. Router table with Microsystems operating software, or equivalent. The table must be a 3 Axis table with a helical Interpolation. The unit must have a full version 3D controller. The unit must be windows Based with a minimum of a code G 5.0 Visual Mill generator. Must have limit switches on each axis (X, Y, Z). The unit must have a DXF & IGES Translator or equivalent to, also have equivalent to CAD imports and configurable post-processor. The Z axis must have a minimum clearance of 8 inches with an optional 10 inch Clearance available. It must have a minimum of 9 inches travel on the Z axis. It must have a repeatability of plus or minus (+/-).001. It must have an equivalent cutting speed of 300ipm with a 1200 IPM servo option. It must have a 200 + lb. cutting force. The unit must be of a heavy duty quality especially on the axes (Industrial Quality Linear Rails and Ball Screws on all Axes’). The unit must come with an industrial pedestal for the table. It must have AC Digital Servo Motors on all Axes. It must have a minimum of a 5 HP electric spindle, 18000/24000, with quiet fan operation. The contractor is to supply a dust collection system hook up to the machine. Unit must come with a minimal 25HP vacuum hold down. The unit must have a regenerative blower 11.1 hg at 450cfm. Unit will also include pump, motor starter, filters, relief valve, vac. gauge, 4 zone PVC manifold and table piping. Accessories are listed above in minimum requirements. Exterior color is Manufacturer’s standard. Warranty coverage shall be manufacturer’s standard warranty but not less than one year parts and labor. SCOPE OF WORK: Contractor Responsibilities: a. Contractor is responsible for making all connections to electric and the hardware/computer. b. Contractor is responsible for removal and disposal of all shipping and packing material, and any other trash resulting from installation and setup of router. c. Operator Training – After installation is completed, the contractor shall provide minimum 1 day (8 hours) of onsite operator training. The number of employees to be trained will be determined by DDAA. d. Operator, Parts and Service Manual(s) – The contractor shall provide one (1) complete set of manuals after installation is completed. Government Responsibilities: a. Government is responsible for furnishing the computer to run the software for the equipment. Computer will be supplied at the time of installation. b. The government is responsible for supplying to a disconnect 200/240 3 phase electric to both the machine and the vacuum hold down. No set distance to the machine, but the closer the better. The machine will be direct wired to the disconnects. c. The government is responsible for supplying a storage area for the equipment prior to installation, and the area for the equipment to be permanently located. d. The Government is responsible to hook up the dust collection system to the machine attachment supplied by the contractor. END OF SALIENT CHARACTERISTICS AND SCOPE OF WORK This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-24. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS w ALT I; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-33 (if DFAS payment), 52.232-36 (if credit card payment), 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS to include DFARS 252.225-7036 w ALT I, 252.232-7003, 252.247-7023 w ALT III, 252.247-7024. These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. Addenda to FAR 52.212-1 Instructions to Offerors – Commercial Items: – The following provision is included in full text: FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase 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. (b) 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— (i) Brand name, if any; and (ii) 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) 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. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of Provision) Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) The Government intends to award a purchase order resulting from this RFQ to a responsible offeror using the lowest price technically acceptable process. Quotes shall be evaluated for acceptability only and shall not be rated. Award will be based on the lowest evaluated price of quotes meeting or exceeding the acceptability standards for the non-cost factors. The following non-cost factors shall be used to evaluate quotes: Factor 1 – Technical capability of the products offered to meet the Government’s requirement and Factor 2 – Past Performance. Factor 1 shall be evaluated on a “go/no go” basis. If a quote has been determined to be a “go” on Factor 1, then Factor 2 will be evaluated to determine if the offeror’s past performance history is satisfactory. An offeror who has submitted a technically acceptable quote and who has been found to have a satisfactory past performance history will then have its quote evaluated for the lowest price. Factor 1 – Technical capability of the products offered to meet the Government’s requirement The minimum criteria for acceptability for this factor shall be the submission of descriptive literature that clearly indicates what the offeror is proposing and will be providing all products in accordance with the stated characteristics in the Scope of Work (SOW). “Descriptive literature” means information (e.g., cuts, illustrations, drawings and brochures) that is submitted as part of a quote. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered meet the specifications in the SOW. The information is required to determine the technical acceptability of the offered product. Failure to submit descriptive literature or failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation may result in the rejection of the offer. Factor 2 – Past Performance By past performance, the Government means the offeror’s record of conforming to the solicitation specifications and to standards of good workmanship; the offeror’s adherence to contract schedules, including the administrative aspects of performance; the offeror’s reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offeror’s business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely deliveries. Offerors who have submitted a technically acceptable quote will be given an opportunity to address any unfavorable reports of past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer, or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to the Contract Specialist POC, daniel.herring@dla.mil, Request for Quotation Number SP3100-8059-3119. Prices, representations/certifications, descriptive literature, and past performance information must be received NLT 4:00 PM EDST on Friday, MAY 9, 2008. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by either electronic funds transfer or government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1a7c7136bcbcba0c451b6336d80d27f9&tab=core&_cview=1)
 
Place of Performance
Address: Defense Distribution Depot Anniston, AL (DDAA), Anniston, Alabama, 36201-4199, United States
Zip Code: 36201-4199
 
Record
SN01558834-W 20080424/080422221022-1a7c7136bcbcba0c451b6336d80d27f9 (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.