Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
MODIFICATION

34 -- COMPUTER NUMERICALLY CONTROLLED (CNC) PLASMA CUTTING MACHINE

Notice Date
9/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
333515 — Cutting Tool and Machine Tool Accessory Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-09-R-40040
 
Archive Date
10/30/2009
 
Point of Contact
Paul B. Premoe, Phone: 4107626078, Susanna J. Wiedmann, Phone: 410-762-6502
 
E-Mail Address
paul.b.premoe@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(paul.b.premoe@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
***The purpose of this amendment is to extend the proposal due date and date to accept questions. PROPOSALS ARE DUE BY 12:00 PM EST on September 25, 2009. The Government will not accept questions after 12:00PM EST on September 18, 2009. This is an unrestricted solicitation, the FAR clause 52.219-28 applies only if the awarded vendor is a small business concern.*** (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice; proposals are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-09-R-40040 applies, and is issued as Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33 (iv) This is an unrestricted solicitation. The North American Industry Classification System (NAICS) code is 333515 and the size standard is 500 employees for the requirement. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v) THE FOLLOWING FACTORS WILL BE USED TO EVALUATE PROPOSALS AND ARE LISTED IN DESCENDING ORDER OF IMPORTANCE: (1)TECHNICAL CAPABILITY (2)RELEVANT PAST PERFORMANCE (3)PRICE Technical capability and past performance, when combined, are significantly more important than price. The Coast Guard Yard is seeking proposals for new Computer Numerically Controlled (CNC) high definition plasma metal cutting machine meeting the requirements as stated below. In addition, we are soliciting proposals for a CNC Plasma/Waterjet Combination machine as an alternate choice in place of the CNC plasma cutting machine if funds are available. Prospective vendors shall submit proposals for the following; CLIN0001 is for the CNC PLASMA MACHINE WITH A DOWN DRAFT TABLE and CLIN0002 is for the CNC PLASMA/WATER JET COMBINATION MACHINE. Proposals for the water jetting combination machine shall include a water table in place of the down draft table. CLIN0003 and CLIN0003a will include appropriate services for providing operator and basic maintenance training, the disassembly of the existing CNC machine for Government reuse/resale, and the installation of the new product. The Government reserves the right to choose CLIN0002 in place of CLIN0001 if, after considering the additional costs and availability of funds, it is in the Government's best interest to do so. **The order will be awarded to either CLIN0001 or 0002 and the corresponding CLIN 0003/0003a.** TECHNICAL CAPABILITY – This is a brand name or equal solicitation and that offerors are expected to offer equipment that meets all of the salient physical, functional and performance characteristics listed under each of CLINs 0001and/or 0002. CLIN0001: HYPERTHERM CNC PLASMA MACHINE REQUIREMENTS (1 EA) – ***(a) Shall be able to function with.txt file commands (b) 20’ x 32’ Precision Gantry Machine (c) Fiber Optic Motion & I/O Pkg. (d) Cut Height Capacity - 11” Material***(e) Hypertherm Voyager III CNC (f) Network Communications Pkg (g) Manganese Main rails (h) Pneumatic Rail Cleaning (i) Rail System with Protective Bellows to inhibit contamination and premature failure (j) Laser Calibration & Certification - Mapping (k) Overhead Power Track (l) [Qty: 2] Hypertherm HPR400XD Plasma Cutting/ Marking Systems (m) [2] Plasma Height Control Systems (n) Oxy Fuel Station with Auto Height Control and Auto Ignition (o) Installation, Training & Follow Up Training After Short Period Of Use (p) NC-Pyros Off-line Software (q) [3] Laser Pointers for Precise & Simple Torch Station Alignment (r) [2] Automatic Torch Spacing Stations; Allows the spacing between cutting heads to be set either through the CNC or Part Program (s) Compressed Air Boosting Pump (t) Oxygen Boost Pump used to boost oxygen supply from shop (u) Down draft table (v) Operator and Service Manuals including parts book. CLIN0002: HYPERTHERM CNC PLASMA/WATER JET COMBINATION MACHINE (1 EA) – The salient characteristics for the plasma cutter on the combination machine must meet or exceed the salient characteristics listed in CLIN0001. WATER JET REQUIREMENTS; (a) 90,000 PSI KMT Water jet with 125 HP Motor (b) 20’ x 32’ Water & Abrasive Collection Table (c) Garnet Removal System (d) Closed Loop Filtration System & Chiller (e) Water jet Height Control (f) Water table in place of down draft table (g) Operator and Service Manuals including parts book. CLIN0003: The contractor shall provide all labor and material to provide services including; providing operator and basic maintenance training; the disassembly of the existing CNC machine for Government reuse/resale; the installation of the new product for the CLIN 0001. CLIN0003a: The contractor shall provide all labor and material to provide services including; providing operator and basic maintenance training; the disassembly of the existing CNC machine for Government reuse/resale; the installation of the new CNC Plasma/Waterjet Combination Machine as described in the CLIN 0002. PAST PERFORMANCE – The vendor will be evaluated for the relevant past performance in terms of satisfaction of the previous customers with the equipment set up and proper operation, as well as responsiveness to warranty claims and repair calls. Offerors are required to provide corporate resumes for at most five (5) contracts completed during the past three years or currently in process for the similar items as are being solicited under this solicitation. Vendors must either provide the above information or affirmatively state in writing that it possesses no relevant directly related or similar past performance. The Contracting Officer reserves the right to consider other past performance information from additional sources such as government databases. A representative of USCG may contact you to arrange a time for a phone interview to review the information. PRICE – Total price will be evaluated by adding together the appropriate CLIN 0002 and its corresponding CLIN 0003a; then, adding together CLIN 0001 and its corresponding CLIN 0003; and then making the selection of either option that reflects the best interest of the Government and the availability of funds, provided the prices passes a price reasonableness analysis. Prices shall be quoted FOB Destination. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. INSPECTION AND ACCEPTANCE TERM SHALL BE AT DESTINATION (SUPPLIES SHALL BE DELIVERED TO THE DESTINATION AT THE EXPENSE OF THE CONTRACTOR). ** THE PRODUCT SHALL BE ABLE TO CUT PIECES OF STEEL PLATE AT THE ADVERTISED TOLERANCES AND THICKNESSES AFTER INSTALLED ONSITE IN ORDER TO INDUCE ACCEPTENCE BY THE GOVERNMENT. FAILURE TO PERFORM AT THE INTENDED CAPACITY MAY RESULT IN YOUR COMPANY BEING CHARGED BY THE USCG TO COVER THE COSTS OF PRODUCTION DOWNTIME IF THE PROBLEM CANNOT BE RESOLVED IN A TIMELY MANNER** SUBMISSION INSTRUCTION: THE VENDOR SHALL PROVIDE AN ESTIMATED HOURLY OPERATIONAL COST FOR THE BOTH CNC PLASMA CUTTING MACHINE AND THE PLASMA/WATERJET COMBINATION MACHINE FOR EVALUATION PURPOSES; THIS SHALL INCLUDE FACTORING ALL KNOWN MAINTENENACE COSTS, ROUTINE REPLACEABLE COMPONENTS AND OPERATONAL MATERIAL COSTS. VENDORS SHALL INCLUDE COMMERCIAL WARRANTY TERMS, REPLACEMENT PARTS LIST, SERVICE AVAILABILITY AND OFFERED DELIVERY TIME WITH THEIR PROPOSAL. THE PRICELIST FOR THE REPLACEMENT PARTS MUST BE INCLUDED WITH PROPOSAL. ANY OFFER FOR EQUIVALENT PART(S) MUST CONTAIN INFORMATION AS SPECIFIED IN FAR 52.211-6 BRAND NAME OR EQUAL. (vii) Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Machine Shop (Direct Delivery), Baltimore, MD 21226. The delivery term is FOB Destination. The Government desires delivery of the product 90 days ARO and anticipates awarding the contract on or about mid September 2009. (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation who believe they can supply an exact match to the items outlined in 0001, may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. ADDENDUM to FAR 52.212-1 is FAR 52.211-6 Brand Name or Equal (Aug 1999). (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). – Tailored with the factors herein of Technical Capability, Relevant Past Performance and Price. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (July 2009) (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (June 2009). The following clauses listed in 52.212-5 are incorporated: A. 52.219-28 Post-Award Small Business Program Rerepresentation (Apr 2009). B. 52.222-3 convict Labor (June 2003)(E.O. 11755). C. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126). D. 52.222-21 Prohibition of Segregated Facilities (Feb 1999). E. 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246). F. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006). G. 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998). H. 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006). I. 52.222-39 Notification Of Employee Rights Concerning Payment Of Union Dues Or Fees (Dec 2004). J. 52.222-50 Combating Trafficking in Persons (Feb 2009). K. 52.222-54 Employment Eligibility Verification (Jan 2009)(E.O. 12989). L. 52.225-5, Trade Agreements (Jun 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). M. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). N. 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) O. 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). P. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Q. 52.214-31 Facsimile Bids (Dec 1989). R. The following items are incorporated as addendum to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY/20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. S. 52.252-1, Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov. (xiii) PROPOSALS ARE DUE BY 12:00 PM EST on September 25, 2009. Proposals may be faxed to (410) 762-6095 or emailed to paul.b.premoe@uscg.mil. Contractors are responsible for verifying receipt of their quotes. The Government will not accept questions after 12:00PM EST on September 18, 2009. (xiv) POC is Paul Premoe, USCG Contract Specialist, 410-762-6078.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-09-R-40040/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Rd, Metal Shop, Baltimore, Maryland, 21226-5000, United States
Zip Code: 21226-5000
 
Record
SN01959557-W 20090919/090918000809-ee30725f0217e1565921f20cc95d50c0 (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.