Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

99 -- ESAB Low Rail WaterJet/Plasma/Oxy Fuel Cutting Table

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
Contracting Office
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC), Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-10-T-0325
 
Response Due
7/12/2010
 
Archive Date
9/10/2010
 
Point of Contact
maureen cameron, 410 278 0886
 
E-Mail Address
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(maureen.cameron@us.army.mil)
 
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. 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-10-T-0325. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-26. This requirement is for full and open competition. The associated North America Industry Classification System (NAICS) Code is 333992 and the Business Size Standard is 500. The Government contemplates award of a Firm-Fixed Price contract. BRAND NAME OR EQUAL Description of Requirement of ESAB Low Rail WaterJet/Plasma/Oxy Fuel Cutting Table General Cutting ProcessesWaterjet, Plasma, and Oxy Fuel Gantry Cutting Width, Length 10' W, 20' L, minimum Cutting Speed 0.1 - 400 ipm, required adjustable range Travel Speed 600 ipm Positioning Accuracy, X & Y+/- 0.010 over a 4' x 4' area, required tolerance Repeatability +/- 0.002, required tolerance Features Laser projector for plate edge location All torch heads mounted in same location of gantry Power The physical layout and features of this machine shall allow for a fixed power station adjacent to the machine regardless of gantry travel and cutting locations on raw material stored on the material storage table Table Size 10' x 20' x 8 minimum steel plate size Features Automatic Water Level Control Ozone Generator Waterjet Minimum Pressure 60,000 psi Minimum Water Flow Rate 1.1 GPM @ 55,000 psi Maximum Single Orifice Diameter 0.015 Intensifier Power 60 HP Abrasive Tank Capacity 850 lbs. minimum, 1,200 lbs. maximum Features Automatic Height Control Abrasive Low Sensor Water Chiller for Intensifier Plasma Cutting Power 600 Amps minimum, 625 Amps maximum Carbon Steel Cutting Capacity Pierce up to 2, cut up to 3 Stainless Steel/Aluminum Cutting Capacity Cut up to 1.5, Sever up to 6 Features Plasma Air Curtain System Automatic Plasma Control System - electronically controls gas settings Oxy Fuel FeaturesElectronic Gas Control - allows setting & adjusting gas pressures from Computer Numerically Control (CNC) controller Automatic Torch Igniter Automatic Height Control Controller Type Remote Windows-based CNC controller Control SoftwareCNC software must be fully compatible with government utilized Columbus and Vision integrated software Connection TypesUSB, Ethernet Features Low-Pressure Piercing for fragile materials Mirror & Rotate part programs Program Parking Multi-Tasking - allows simultaneous input while cutting Alignment to skewed plate Power Fail Recovery Shape Library Unlimited Backup-On-Path Programmable Cutting Parameters Character Generator - for marking plate Remote Hand-Held Pendant Additional Requirements: Indicate in quotations the following information, to include pricing and process. This is a part of the evaluation criterion and will be evaluated as technical requirements "Operation and Maintenance Manuals (how many are provided) "Warranty "Machine Delivery "Assembly and Operation NOTES to Offerors: Offers shall submit equipment capabilities and standard warranty; this procurement will be full and open competition, brand name or equal, lowest price technically acceptable quotes. Note the lead time or approximate delivery dates for items are also required in the quote. The above requirement/items are for Brand Name or Equal Acceptance shall be at destination. Shipping shall be FOB Destination to Aberdeen Proving Ground, 21005. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.211.6 Brand Name or Equal Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The 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. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52. 212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 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 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 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 Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 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 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 09:00 AM EDT July 12, 2010 via fax at 410-306-3879 or email to maureen.cameron@us.army.mil at the US Army RDECOM Contracting Center, Aberdeen Installation Contracting Division, Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. Questions must be submitted by 11:00 AM EDT, July 6, 2010 to permit the Government POC to adequately provide answers and post the responses. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Maureen Cameron, Contracting Specialist, via email at maureen.cameron@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/853f6657a889e8440db4fe5a0a8f2aa5)
 
Place of Performance
Address: RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC) Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02194356-W 20100703/100701235441-853f6657a889e8440db4fe5a0a8f2aa5 (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.