Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2008 FBO #2342
SOLICITATION NOTICE

34 -- 1-ea Sonic-Weld Model 2020 Brand Name or Equal in accordance with attached descriptive addenda. Government Drawings 7624846 and 847 are attached by reference only for cup and lid assembly planning purposes.

Notice Date
4/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, Crane Army Ammunitions Activity, Crane Army Ammunitions Activity, ATTN: SJMCN-CT, 300 HIGHWAY 361, CRANE, IN 47522-5099
 
ZIP Code
47522-5099
 
Solicitation Number
W53W9LSONIC
 
Response Due
5/15/2008
 
Point of Contact
rachel.eaggleston, 812-854-4412
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotations are being requested and a written solicitation will not be issued. The solicitation is a Request for Quote (RFQ) number W53W9LSONIC in accordance with FAR 52.219-6, this requirement is 100% Set Aside for Small Business concerns. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. The Standard Industrial Class is 3438; NAICS is 333298; Small Business Standard is 500 employees: Any resultant contract shall be Firm-Fixed Price, and one award is anticipated. IAW FAR 52.247-34, shipping is FOB Destination; Inspection and Acceptance is at Destination, Crane Army Ammunition Activity Receiving Bldg 148, Crane, IN 47522. A technical evaluation shall be required in order to evaluate contractors quote, and or to evaluate any exceptions to salient characteristics. Contractor shall provide a quantity of one (1)(ea); minimum salient requirements, brand name or equal to Sonic-Weld Model 202; Intended use: sonic weld equipment shall be used to weld a thin aluminum lid, (A1-1100-H14.005 thick diameter) to a cup assembly (A1-1100-0.010 thick with flange for welding). Sonic Weld machine equipment shall provide for a trivial amount of helium to be inserted into cup during assemble/weld process for leak detection). Minimum Requirements: The weld machine shall be used in manual mode operation with press dual hand controls to begin weld procedure. Machine shall be configured to automatically align lid to cup, engage, disengage cup and lid assembly. Unit shall fill cup with helium prior to hermetically sealing lid in a manner not to polite adjacent areas with helium that could affect ancillary helium detecting equipment. Sonic weld equipment shall provide a hermetrically sealed assembly. Minimum features included; upper and lower limits for time and power, electronically controlled amplitude; password protection settings; constant power delivered; soft start ramp power; over temp protection; over current protect; over load protect; automatic frequency tuning,; freq. display; RS232; parts counter; CE certified; dual cycle start; (2) sets of user manuals; calibration standards; complete on site set up; (2) day training; Required Delivery is 8 weeks ARO. Technical literature is required for a brand name or equal technical evaluation as part of the preaward evaluation. Contractor shall fully explain its ability to meet intended use of this equipment in writing. On site set up and inspection is required. Shipment must include an original invoice, packing slip. The following FAR clauses and provisions apply to this acquisition: Quoters must comply with the following commercial item terms and conditions: FAR 52.212-2 INSTRUCTIONS TO OFFERORS: Commercial, applies to this acquisition. Evaluation will be made in accordance with FAR 52.212-2, Evaluation of Commercial Items,; Evaluation criteria are price, brand name or equal compliance, Buy American Act Certificate; including remaining solicitation certification requirements including FOB Destination delivery terms. Contractor must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. All FAR and DFARS clauses and provisions necessary to submit an offer (52.212-3, 252.212-7000) may be accessed at: http://www.aqnet.gov/far or http://farsite.hill.af.mil/, https://www.bpn.gov/. The following FAR and DFARS clauses and provisions shall apply to this acquisition: 52.252-2, 52.204-7, 52.211-6, 52.247-34, 252.204-7004 ALT A, 252-225-7000, 252.232-7010, 252.243-7001. The FAR clause 52.212-5 and paragraphs (a) and (b) therein, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, shall apply to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222.36, 52.225-1, 52.225-13, 52.232-33, 52.233-3, 52.233-4. The DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) paragraph ( b), shall apply to this acquisition: 252.204-7006, 252.225-7001, 252.225-7002, 252.225-7016, 252.232-7003, 252.247-7023 ALT III. Company must be CCR registered on Central Contractor Registration (CCR) before an award will be made. CCR may be accessed at web site http://www.ccr.gov. All quotes shall be clearly marked with RFQ number and faxed to 812-854-4388 prior to submission date, COB 15 May 2008, 5PM EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=248ea9f6c180053d0b0bef1c931801fb&tab=core&_cview=1)
 
Place of Performance
Address: Crane Army Ammunitions Activity ATTN: SJMCN-CT, 300 HIGHWAY 361 CRANE IN
Zip Code: 47522-5099
 
Record
SN01559633-W 20080425/080423215958-248ea9f6c180053d0b0bef1c931801fb (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.