Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOLICITATION NOTICE

34 -- Mori Seiki NL 1500Y CNC Lathe

Notice Date
6/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Aberdeen Proving Ground, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005
 
ZIP Code
21005
 
Solicitation Number
W91ZLK-08-T-0252
 
Response Due
6/9/2008
 
Archive Date
12/6/2008
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91ZLK-08-T-0252 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 333512 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-06-09 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Aberdeen Proving Grounds, MD 21010 The USA ACA Aberdeen Proving Grounds requires the following items, Brand Name or Equal, to the following: LI 001, Mori Seiki NL1500Y CNC Lathe with MSX-850B Brandname or equal. Turning a workpiece 14" in DIA. and 20" long using an automatic bar feeder for BAR up to 2" IN DIA. 15 HP main spindle motor, conversational ANDG-CODE programming, turet with a milling function (live tooling) allowing multi-axis turning, direct drive milling motor allowing finer surface finishes, eliminating extra machining, turret with a Y-Axis control allowing drilling off center holes, offset key grooving, hardened and ground box ways for extra rigidity and lower vibration for tighter tolerances and finer surface finishes., 1, EA; LI 002, Bar Feed I/F Wiring, contacts, connectors, circuit boards to enable installation of bar feed system., 1, EA; LI 003, Hinge belt chip conveyor, RH side, 1, EA; LI 004, LNS Quick Load Servo S3 Barloader. Bar Capacity: 1/4" to 4 3/4" DIA, by 63" long. Weight limit of 150lbs per bar. Bar length not to exceed spindle length., 1, EA; LI 005, Installation for LNS QL Servo S3, 1, EA; LI 006, Liner Tubes 1 1/4" to 3 1/8", 1, EA; LI 007, Pusher/Bushing 1/4" to 1/2 inch, 1, EA; LI 008, Pusher/Bushing 1/2 to 1 1/4 inch, 1, EA; LI 009, Pusher/Bushing 1 5/16 to 3 1/2 inch, 1, EA; LI 010, T32206 OD Milling Holder (20MM Max)Powered by DDS motor in the turret, 6,000 RPM max, 1, EA; LI 011, T32207 Face Mill holder (20MM Max)Powered by DDS motor in the turret, 6,000 RPM max, 1, EA; LI 012, T32213 OD Miller Holder (26MM Max)Powered by DDS motor in the turret, 6,000 RPM max, 1, EA; LI 013, T32216 Dual Face Holder (20MM Max) Powered by DDS motor in the turret, 6,000 RPM max, 1, EA; LI 014, Transformer, 1, EA; LI 015, T32214 Dual Face Holder (26MM Max) Powered by DDS motor in the turret, 6,000 RPM max, 1, EA; For this solicitation, USA ACA Aberdeen Proving Grounds intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Aberdeen Proving Grounds is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to %s (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror 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. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402)FAR 52.219-14 Limitations on SubcontractingFAR 52.222-3 Convict LaborFAR 52.222-19 Child Labor Cooperation with Authorities and RemediesFAR 52.222-21 Prohibition of Segregated FacilitiesFAR 52.222-26 Equal OpportunityFAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with DisabilitiesFAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam EraFAR 52.225-2 Buy American Act - SuppliesFAR 52.225-5 Trade AgreementsFAR 52.225-13 Restrictions on Certain Foreign PurchasesFAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities252.225-7001 Buy America and Balance of Payment Program252.225-7012 Preference for Certain Domestic Commodities252.225-7015 Preference of Domestic Hand and Measuring Tools252.232-7003 Electronic Submission of Payment Requests. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. All vendors bidding on this requirement MUST submit a technical proposal to FULYA.PATRICK@FEDBID.COM. Acceptance shall be at destination.Shipping shall be FOB Destination to Aberdeen Proving Ground, 21005. 52.212-2, Evaluation Commercial ItemsThe contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7ba7fd0aa23cc61295baade72490c633&tab=core&_cview=1)
 
Place of Performance
Address: Aberdeen Proving Grounds, MD 21010
Zip Code: 21010
 
Record
SN01584593-W 20080604/080602215655-7ba7fd0aa23cc61295baade72490c633 (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.