Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2008 FBO #2553
SOLICITATION NOTICE

34 -- UPGRADE TOBYHANNA ARMY DEPOT'S INTEGRATED FLYING BRIDGE WATER JET CUTTING MACHINE MODEL 7136331, FROM A 60,000psi UNIT to AN 87,000 psi UNIT AND PROVIDE TRAINING.

Notice Date
11/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC, Tobyhanna Depot Contracting Office, US Army C-E LCMC, Tobyhanna Depot Contracting Office, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V09-R-0004
 
Response Due
11/25/2008
 
Archive Date
1/24/2009
 
Point of Contact
Ruth Mecca, 570-895-7432<br />
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-27. NAICS Code 333911, 500 employees. The Solicitation number W25G1V-09-R-0004 is issued as a Request for Proposal (RFP). Simplified acquisition procedures FAR Part13.5 are used. Tobyhanna Army Depot intends to award a sole source contract to Flow International Corp.(FLOW Corp), 23500 64th Ave. South Kent WA 98032 for the following: Contract Line Item (CLIN) 0001: $_____, Furnish and install all parts, materials, equipment, supplies, labor and supervision required to fully complete the upgrade / modification of Tobyhanna Army Depot's FLOW Corp. 6012 Integrated Flying Bridge Water Jet Cutting Machine model 7136331, from a 60,000 psi unit to an 87,000 psi unit per attached statement of work. Quantity One (1) Lot. Contract Line Item (CLIN) 0002: $_____, Provide Hyper Pressure Classroom Training for Two(2) Days for Two (2) Tobyhanna Army Depot maintenance personnel conducted at the FLOW Corp. facility as described in the statement of work. Quantity One (1) Lot. FLOW Corp. is the manufacturer of the 6012 Integrated Flying Bridge Water Jet Cutting Machine model7136331 60,000 psi unit for which FLOW Corp. holds proprietary rights. FLOW Corp. is the only known source capable of providing this requirement. There is no competitive technical data package available. Any firms believing that they can provide this requirement should contact the Contract Specialist identified. Any resultant contract shall be Firm, Fixed-Price, one award. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers which is 4:00 PM local 11/25/08. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Offers may be submitted via Fax at 570-895-6782, e-mail or hard copy. To receive an award, the company must be registered in the Central Contractor Registration (CCR) http://www.dlis.dla.mil/ccr. Parties interested in responding to RFP shall complete a Standard Form (SF) 1449 http://www.forms.gov, blocks 5, 12, 17a, 17b, 19 thru 24,30a, and 30b; AND 30c. The offer must be signed by a company official authorized to contractually bind the company. Offerors shall include and complete the full text provision FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility matters. FAR 52.212-3 ALT 1 Offeror Representations and Certifications-Commercial Items, completely filled out as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Full text clauses may be found at http://farsite.hill.af.mil or http://www.arnet.gov. Supporting documentation (i.e., Past Performance and technical documentation) must be submitted in order for your offer to be considered. See below regarding submission of technical documentation and examples of Past Performance. Completed SF1449 and other information must be faxed 570-895-6782, sent electronically as a.pdf file or provided hard copy; to ruth.mecca@us.army.mil. Delivery at Tobyhanna Army Depot (TYAD) shall be no later than 8-10 weeks from date of award. Delivery is FOB Destination, Tobyhanna Army Depot, Tobyhanna, PA 18466. STATEMENT OF WORK (SOW): This statement of work is for the upgrade/modification of Tobyhanna Army Depots Water Jet Cutting Machine, a FLOW Corp. 6012 Integrated Flying Bridge, model 7136331 from a 60,000 psi unit to an 87,000 psi unit. 1. The contractor shall provide all parts, materials, equipment, supplies, labor, and supervision required to fully complete the upgrade/modification of the existing FLOW Corp. 6012 Integrated Flying Bridge Water Jet Cutting Machine, model 7136331 from a 60,000 psi to an 87,000 psi. 2. The upgraded machine shall meet OSHA General Industry Standards 29CFR1910. The upgraded machine shall have Lockout/Tagout Capability 3.All work required to perform the upgrade/modification shall be completed in one mobilization. Parts and materials required to complete the upgrade/modification shall be shipped FOB destination to Tobyhanna Army Depot ASRS Receiving Bldg.1C Bay6, 11 Hap Arnold Blvd. Tobyhanna, PA 18466 to the attention of C/Machining Branch, Cost Center 5F2C0, Building 1C Bay 2, prior to the arrival of the contractor to perform the installation. 4. Delivery of all parts and materials at Tobyhanna Army Depot (TYAD) is to be 8-10 weeks ARO. Installation shall commence within 5-7 days after delivery of parts and material at TYAD. Scheduling of the installation will be coordinated through the Contracting Officers Representative (COR). Upon delivery of the parts and materials to TYAD, ASRS Receiving Building 1C Bay 6 the shipping containers will be transported by depot personnel to the Machining Branch in Building 1C Bay 2 prior to arrival of the contractor to perform installation. 5. The contractor will be responsible to uncrate/unpackage all shipped containers and ensure all necessary parts and materials in their appropriate quantities to complete the installation were delivered. Any and all parts and materials that are not present the contractor will immediately order, and have the order sent overnight delivery at the contractors expense. TYAD will be responsible for the disposal of all crating/packaging material. 6. Upon receipt of the contract, the contractor will send to the COR a listing of all power requirements needed for the upgrade/modification. TYAD will be responsible for disconnecting the utilities that are currently connected to the water jet machine; the contractor will be responsible for all utility reconnections to the water jet cutting machine. 7. The contractor will provide in hardcopy format two copies each of all maintenance, parts, and operation manuals. These manuals will become the property of TYAD. 8. Classroom Training: The contractor will provide as part of this contract Two (2) days of Hyper Pressure machine maintenance classroom training for Two (2) TYAD maintenance personnel. The training shall include Lockout/Tagout procedures to be followed during maintenance procedures. Classroom training shall be conducted at the FLOW Corp. facility. Any additional personnel training will be at the expense of TYAD. All materials and documentation used during this training will become the property of TYAD. Classroom Training will be coordinated between the COR and FLOW Corp. ARO, and shall be completed within 60 days of the final acceptance of the upgrade/modification. 9. On-Site Training: Upon completion of the upgrade/modification, the contractor will provide a minimum of 4 hours (one session) of on-site training for the machine operators, to familiarize the machine operators with any and all new operational changes and parameters that are a result of any software/programming modifications/additions/changes that are part of the machine upgrade/modification. 10. Warranty: All parts and labor, including all plumbing, installed as part of this upgrade/modification will be covered under a full replacement warranty for a period of one full year from the date of acceptance of the upgrade/modification by TYAD. All parts, labor, travel, and daily expenses, will be the sole responsibility of the contractor and without expense to TYAD during the warranty period. TYAD currently has an annual service contract in place for six month preventive maintenance visits by a service technician from the machine manufacturer. The next scheduled preventive maintenance service is scheduled for March 2009. This upgrade/modification will under no circumstances make this in-place service contract null and void. 11. Acceptance: 1) Final acceptance of the upgrade/modification will occur after completion of installation, start up, on-site training, and acceptance test at Tobyhanna Army Depot, Tobyhanna, PA. Upon completion of the installation, vendor will be required to perform an acceptance test. The acceptance of the upgrade/modification will be a demonstration of the water jet cutting machines increase in cutting speed. An increase in cutting speed of 30% will be considered as acceptable. Cutting speed increase will be demonstrated by having the machine run a cutting program determined by TYAD on material supplied by TYAD. All installation, on-site training and acceptance testing shall be completed within 5-7 working days from the commencement of the installation. 2) Final acceptance of the Hyper Pressure Classroom training at the contractors facility shall occur after completion of the classroom training. 12. NOTE: USE OF POWER EQUIPMENT USING FOSSIL FUEL. Contractors are prohibited from using diesel or gasoline powered equipment in an enclosed environment that is populated at the time the equipment is to be used unless coordinated and approved by the COR and the Safety Office. Alternate power such as propane or electricity is acceptable for use in populated areas. If the Government has required that the pertinent work be performed during times when the enclosed area is unpopulated, the COR must coordinate with the Safety Office for specific approval of both the use of the diesel/gasoline powered equipment and the schedule of the work for the Contractor to use the diesel or gasoline powered equipment. Under those circumstances which unequivocally preclude use of alternate power, and diesel or gasoline powered equipment must be used, the COR must coordinate with the Safety Office for approval of such use. TECHNICAL, offer shall provide manufacturers technical specifications for the proposed and proposed delivery schedule. PAST PERFORMANCE information pertaining to three examples of sales for same or similar requirements to include customer name, phone number/e-mail, model supplied, dollar value of contract and required/actual delivery. APPLICABLE FAR CLAUSES: 52.203-3 Gratuities; 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transaction; 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment;52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 EVALUATION-COMMERCIAL ITEMS(JAN 1999)fill in (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical acceptability based on review of information submitted by offeror; Past Performance will be rated as to relevancy and quality of product and related services. Price is more important than past performance. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: (X) (b)52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1; 52.219-8, Utilization of Small Business Concerns; 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 ; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees;52.222-50 Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer Central contractor Registration; 52.225-13 Restrictions on Certain Foreign Purchases ;52.228-5 Insurance Work on a Government Installation, liability: workers compensation $100,000, bodily injury $500,000 per occurrence, Automobile Liability Insurance $200,000 per person and $500,000 per occurrence for Bodily Injury, $20,000 per occurrence for property damage; 52.223-3- Hazardous Material Identification and Material Safety Data; 52.223-5 Pollution Prevention and Right to-Know Information; 52.223-11-Ozone-Depleting Substances; 52.223-13-Certification of Toxic Chemical Release Reporting;52.223-14 Toxic Chemical Release Reporting; 52.223-15 Energy Efficiency in Energy Consuming Products;52.215-5 Facsimile Proposals (FAX Number: (570) 895-6782) ;52.227-1 Authorization and Consent; 52.227-2 Notice and assistance regarding patent and copyright infringement; 52.229-4 Federal, State and Local Taxes; 52.233-2 Service Protest;52.233-3 Protest After Award; 52.242-13 Bankruptcy ; 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation; 52.243-1 Changes-Fixed Price; 52.246-2 Inspection o f Supplies; 52.247-34; F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-2 Clauses Incorporated by Reference Computer Generated Forms; APPLICABLE DFARS Clauses: 252.201-7000. Contracting Officers Representative ; Control Of Government Personnel Work Product; 252.204-7004 Alt A Central Contractor Registration; 252.204-7006 Billing Instructions; 252.211-7003 Item Identification and Valuation; 252.212-7001, Contracting Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (X) 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7014 Preference for Domestic Specialty Metals;252.225-7000 Buy American Act- Balance of Payment Program Certificate;252.225-7001, Buy American and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252-227-7015; Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data(SEP 1999) (10 U.S.C. 2321); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002 Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea; 252.227-7027 Deferred Ordering Of Technical Data Or Computer Software; 252.232-7010 Levies on Contract Payments 252.243-7001; Pricing Of Contract Modifications; The offeror will also be required in award to comply with TYAD local clauses for performance of on-site work at TYAD, contract administration and payment under 52.0000-4956 Wide Area Workflow System which will be included in any resultant contract. For a copy of the TYAD local clauses applicable to the award, Email: ruth.mecca@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=420668e1dc8f13e668bd9c95788e7287&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC, Tobyhanna Depot Contracting Office ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA<br />
Zip Code: 18466-5100<br />
 
Record
SN01708277-W 20081122/081120220553-420668e1dc8f13e668bd9c95788e7287 (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.