Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2011 FBO #3392
SOLICITATION NOTICE

34 -- Electrical Discharge Machine

Notice Date
3/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-11-T-D039
 
Response Due
4/8/2011
 
Archive Date
5/8/2011
 
Point of Contact
Roger Tang, Contract Specialist, (973)724-7819
 
E-Mail Address
Roger Tang
(roger.tang@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; a written solicitation will not be issued. Solicitation W15QKN-11- T D039 along with incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-48, The NAICS code for this procurement is 333512 and the size standard is 500 employees.. The Government plans to award a single firm fixed price purchase order as a result of this Request for Proposal (RFP). The evaluation of quotes shall be conducted utilizing Best Value approach. Award will be made to the quoter whose overall quote is the Best Value and meets the requirements of the Statement of Work. The U.S. Army ARDEC, Picatinny Arsenal, NJ intends to award on a competitive basis a purchase order for that meets the following requirements: 52.212-1 Addenda- QUOTE SUBMISSION This section contains quote submission instructions as well as specific quote requirements for the solicitation. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: technical description/specifications, delivery/set up/installation schedule, and price: all pricing quoted shall be F.O.B. destination.The offerors quote shall be labeled in a consistent manner with this document. All references to the Statement of Work (SOW) shall be clearly labeled with the appropriate SOW paragraph. Offerors are expected to submit a quote in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in quotes. The burden of proving acceptability remains with the offerors. General: The quote shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for quote (RFQ). The Government will not assume offerors possess any capability, understanding, or commitment not specified in the quote.a.All questions concerning this procurement, either technical or contractual, must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted. Any questions and the quote itself shall be submitted to the following point of contact: TELEPHONE INQUIRIES WILL NOT BE ACCEPTEDACC-PICA-JA, Roger Tang, E-mail: roger.tang@us.army.mil Quoters shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote. All quoters must be registered in the Central Contractor Registration (CCR) and the Online Representations and Certification Application (ORCA). CCR is located at www.ccr.gov and ORCA is located at http://orca.bpn.gov. Quoters are required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Send offers via e- mail to roger.tang@us.army.mil on or before April 8, 2011 No Later than 4:00PM. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror. Contractor shall furnish quotes or published price lists obtained from subcontractor(s)/vendor(s) to the Government with his/her offer and certifications. The Government plans to award a single firm fixed price purchase order as a result of this Request for Quote (RFQ). The evaluation of quotes shall be conducted utilizing the Best Value evaluation approach. Award will be made to the quoter whose overall quote is the lowest priced and meets the requirements of the Statement of Work. Under this evaluation approach, a quote would not receive any additional credit for exceeding the requirements of the SOW. The following Federal Acquisition Regulation (FAR) and Defense FAR (DFAR) Provisions/Clauses are applicable and are incorporated by reference: FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. The applicable clauses listed within 52.212-5 are: 52.203-6 Alt I, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.204-10 and 52.232-33. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition.The applicable clauses listed within 252.212-7001 are: 52.203-3, 252.203-7000, 252.225-7001,252.225-7036, 252.227-7015, 252.227-7037, 252.232-7003, 252.247-7023 Alt III. Additional applicable DFARS clauses are 252.211-7003 and 252.232-7010. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractors DUNS Number and Commercial and Government Entity 52.252-2 -- Clauses Incorporated by Reference This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/vffara.htm DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. ARDEC 30- AcceptanceARDEC 31- Government Property Quality Assurance ActionsARDEC 59- PaymentARDEC 68- Identification of Contractor Employees (Dec 05)ARDEC 163- Disclosure of Unit price information JM&L 182-Army Electric Invoicing InstructionsJM&L 191-Electronic & Non-Electronic Proposal Submission Requirement (July 2009) Basis For Award The Government will award one order for the supplies outlined in the Statement of Work. The Government will select for award the quote(s) that are the most advantageous and represent the Best Value to the Government. The Government reserves the right to make an award to other than the lowest priced offeror or to other than the offeror with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government.Award(s) will be made based on the best overall ( i.e., best value) quote(s) that are determined to be the most beneficial to the Government, with appropriate consideration given to the 3 evaluation factors: Technical capability, Price, and Past Performance. Technical is the most important factor. Price is somewhat less important than technical capability. Past Performance is somewhat less important than Price. All evaluation factors other than price, when combined, are somewhat more important than Price. Offerors are cautioned that the award may not necessarily be made to the lowest priced offeror. Discussions The Government intends to evaluate quotes and award a contract without discussions with offerors. Therefore, the offerors initial quote should contain the offerors best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Evaluation Factors & Evaluation Approach Careful, impartial, and full consideration will be given to all quotes received pursuant to the Request for Quotation and evaluations will be applied in a similar manner. Factors against which quotes will be evaluated are set forth below. Each quote received will be evaluated by key Government personnel knowledgeable in the respective fields. Factor 1 - TechnicalThe technical portion of the quote will be rated acceptable or unacceptable based on assessment of the stated minimum requirements below. These items are deemed critical to meet the Governments requirement. If any one of these requirements is rated as unacceptable this will result in an overall technical rating of unacceptable and the quote will not be considered any further. In order for a quote to be deemed acceptable it must meet the following minimum criteria:1. shall be a submerged style Computer Numerical Controlled, Electrical Discharge Machine able to accommodate a minimum submerged work piece dimensions of 36x20x8 inches2. The minimum X-Y machining range shall be 12 x 8 inches with minimum U-V Axis travel (from center) of plus or minus 3 inches. 3. The minimum work piece weight capacity shall be 1000 pounds and the chopped scrap wire shall be deposited dry in to a container of sufficient size to allow a minimum of 50 lbs of wire to be collected before maintenance is required. 3. The control shall be an industrial PC type running Windows operating system and program input methods shall be Ethernet, USB flash memory and keyboard. 4. The control shall have the ability to import 2D DXF and 3D IGES and parasolid files directly into the control and shall operate in inch or metric mode, in 4 or 5 place decimal when in inch, 3 or 4 place decimal when in metric. It shall have a minimum 20 GB hard drive with 1 GB minimum user program storage with full program editing capability. 5. The machine shall have auto threading of the wire with scrap wire processor (chopper) and shall be capable of using wire diameter that is.010. Shall also have the capability to use other wire sizes with different guides in the range of.006 (or smaller) and.012 (or larger).6. The machine shall fit through a 9 foot wide by 9 foot tall opening and shall not weigh more than 10,000 pounds. The machine input voltage shall be 480 volts.Freight and rigging for all components of this sale to be placed and rough leveled on government specified floor space of B67, Picatinny Arsenal, NJ 07806 shall be included and the contractor shall provide final leveling after installation. 7. Contractor shall provide one original set of operation manuals with the machine installation, with a complete duplicate set on CD with the rights to print more copies as needed. Contractor shall provide one set of any instructional or auxiliary manuals with the rights to print copies from a CD.8. Contractor shall provide training for up to three persons, at ARDEC. Training shall consist of at least 2 days of structured instruction on machine operation. Training will be conducted within 3 months of machine installation.9. Contractor shall provide a minimum, full 2-year machine warranty covering all parts, labor, and traveling expenses. Factor 2 - PriceThe Government will evaluate quotes for award purposes by adding the total of all quoted prices. Price will not receive a separate rating. The Government will evaluate price proposed for reasonableness. Price Inconsistencies: A quote is presumed to represent an offerors best effort to respond to the solicitation. Any inconsistency, whether real or apparent, between promised performance and price, shall be explained in the quote. Any significant inconsistencies, if unexplained, raise a fundamental issue of the offerors understanding of the nature and scope or the work required and their financial ability to perform the contract, and may be grounds for rejection of the quote. Factor 3 Past PerformanceThe Past Performance evaluation will assess the relative risks associated with a quoters likelihood of success in performing the solicitation's requirements as indicated by that quoters record of past performance. Offerors shall submit a description of their Federal, State, and local Government and private contracts (all prime and major subcontracts received during the past 3 years) which are in any way similar to the tasks/efforts required in this SOW. Offerors shall include the contract number, POC name and telephone number.Relevant contracts are Government contracts (prime and major subcontracts) awarded during the past three (3) years, which are similar to the efforts required by this solicitation. Major subcontractor is defined as one who will be providing critical services or whose subcontract is for more than 25% of the total contract value. a.The Government will conduct a performance risk assessment based on the quality, relevancy and recency of the offeror's past performance. When assessing performance risk, the Government will focus its inquiry on the past performance of the offeror as it relates to all solicitation requirements. These requirements include all aspects of schedule, performance and supportability, including the offerors record of: 1) conforming to specifications and standards of good workmanship 2) maintaining program execution within cost 3) ability to resolve technical and manufacturing problems quickly and effectively 4) businesslike concern for the interest of its customers 5) establishing and maintaining adequate management of subcontractors and 6) quality of product delivered as reflected by returns of product to the vendor for repair. b.Offerors are cautioned that in conducting the performance risk assessment, the Government may use data provided in the offeror's proposal and data obtained from other sources. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offerors to explain the relevance of the data provided. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proving low performance risk rests with the offerors. Quotes will be given an risk level rating for this factor in accordance with the following:Risk LevelDefinition LOW RISKLittle doubt exists that the quoter can perform the required effort, based on their performance record. MODERATE RISKSome doubt exists that the quoter can perform the required effort, based on their performance record. HIGH RISKSignificant doubt exists that the quoter can perform the required effort, based on their performance record. UNKNOWN RISKLittle or no relevant performance record identifiable; equates to an unknown risk rating having no positive or negative evaluation significance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3ff242a1fc5342d05ff7f85c10bdd788)
 
Record
SN02394675-W 20110309/110307234226-3ff242a1fc5342d05ff7f85c10bdd788 (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.