Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOLICITATION NOTICE

34 -- Metal Bending Machines

Notice Date
8/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for New Jersey, USPFO for New Jersey, 3601 Technology Drive, Room 112, Ft Dix, NJ 08640
 
ZIP Code
08640
 
Solicitation Number
W15MCE80740002
 
Response Due
8/22/2008
 
Archive Date
10/21/2008
 
Point of Contact
Lewis Ayers, 215-656-6912
 
Small Business Set-Aside
Total Small Business
 
Description
U.S. Property and Fiscal Office (NJ) Purchasing and Contracting Division, Fort Dix, NJ. 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 W15MCE-8074-0002 and is issued as a request for quotation (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 333513 with a small business size standard of 500 employees. This requirement is a [ 100% Small Business ] set-aside and only qualified offerors may submit quotes. Destination shall be Bordentown, NJ 08505-9617. CSMS-A Bordentown requires two different METAL BENDING MACHINES. MACHINE #1 Quantity 1 each. Contractor shall provide complete specifications and data package for each of the components and tooling within the system to sufficiently meet the minimum requirements. PLATE BENDING ROLL, FOUR ROLL TYPE MACHINE with a capacity, mild steel - 6 feet x inch. Hydraulic machine preferred but Non-hydraulic driven is acceptable; No size limitation of machine but must be able to occupy floor space area of 10 feet x 6 feet. Also, capable of rolling conical shapes with powered tilting of side bending rolls for cone rolling. The machine should be equipped with the following features: Upper and lower pinch rolls driven via direct drive transmission using cycloidal speed reducer, All rolls mounted in ball or roller bearings and heat treated to minimum of 50 Rc, with a maximum diameter of all rolls of 7.10 inches. Minimum rolling speed - 14 feet per minute. Powered hydraulic adjustment of the lower pinching roll, with independent pinching pressure adjustment, Powered hydraulic adjustment of the two side bending rolls, with push button control and electronic digital readouts for roll position, Hydraulic drop end, Top roll permanently balanced when the drop end is opened, Dual rotation controls for Forward/Reverse operation. The contractor shall be prepared to provide demonstration of equipment at the contractors facility if requested and to provide installation verification with operator/maintenance training at the destination. FOB Destination. MACHINE #2- Quantity 1 each. SECTION BENDING MACHINE. Contractor shall provide complete specifications and data package for each of the components and tooling within the system to sufficiently meet the minimum requirements. An Angle Bending Roll, Double Pinch Type machine with minimum capacities of: 3 inches x 3 inches x 3/8 inch angle iron, leg out to 33 inches I.D.; 3 inches x 3 inches x 3/8 inch angle iron, leg in to 40 inches I.D.; 1-1/4 inch x 6 inches or inch x 7 inches flat bar on flat; inch x 3 inches flat bar on edge to 23 inches I.D.; 6 inches I beam and channel; 2 inches square bar to 22 inches I.D.; 2-1/2 inches round bar to 30 inches I.D.; 3 inches Schedule 40 pipe to 40 inches I.D. No size limitation of machine but must be able to occupy floor space area of 5 feet x 5 feet. Hydraulic machine preferred but Non-hydraulic driven is acceptable. The anticipated longest length of pipe to bend is eight feet. The machine should be equipped with the following features: Set of rolls for angle iron leg out and leg in, flat bar on flat and on edge, and T iron leg out and leg in, Powered and operated roll rotation providing infinitely variable rolling speeds, Powered and operated adjustment of the lower rolls with infinitely variable adjusting speeds, Digital readouts for positions of the adjustable lower rolls. Four directional powered and operated adjustment of the guide rolls: In and out from the frame of the machine and in two directions in the plane of the adjustment of the lower rolls, Handwheels for the rotational adjustment of the guide rolls. The contractor shall be prepared to provide demonstration of equipment at the contractors facility if requested and to provide installation verification with operator/maintenance training at the destination. FOB Destination. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. 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, apply: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52-225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds transferCentral Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.204-7004 ALT A, Required Central Contractor Registration; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payments Requests; 252.232-7010, Levies on Contract Payments; 252.247-7023, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recently revision dates posted. Those who wish to express an interest in the solicitation may submit their quotes to Mr. Lew Ayers, Purchasing Agent at lewis.ayers@us.army.mil. All quotes must be submitted in writing. OFFERORS MUST STATE BUSINESS SIZE ON EACH REQUEST AND PROVIDE Central Contractor Registration (CCR) CAGE CODE, FAX NUMBER and EMAIL ADDRESS,.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f41e74ac32d288bbc1edc5897fd66b79&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for New Jersey 3601 Technology Drive, Room 112, Ft Dix NJ
Zip Code: 08640
 
Record
SN01634275-W 20080809/080807223837-f41e74ac32d288bbc1edc5897fd66b79 (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.