SOLICITATION NOTICE
34 -- VERTICAL MILL
- Notice Date
- 9/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333512
— Machine Tool (Metal Cutting Types) Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-11-Q-800006
- Point of Contact
- Martin W. Combs, Phone: 2523356370, Gail M. Twiford, Phone: 252-335-6072
- E-Mail Address
-
martin.w.combs@uscg.mil, gail.m.twiford@uscg.mil
(martin.w.combs@uscg.mil, gail.m.twiford@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Solicitation number HSCG38-11-Q-800006 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The applicable North American Industry Classification Standard Code is 333512. The small business size standard is 500 employees. This is an unrestricted solicitation. All responsible sources may submit a quotation which shall be considered by the agency. The USCG plans to issue a firm fixed price purchase order for the Vertical Mill. Quantity: 1 Each SPECIFICATIONS: This requirement is to furnish 1 Vertical Mill. Meeting or exceeding the requirements listed below: The Vertical Mill will be a new unit. Used or Refurbished equipment will not be accepted. RPM --------------------------3600 or better FOOTPRINT----------------84" 75" 100" KNEE TRAVEL------------20" or better SPINDLE TAPER---------NT 40 Taper SPINDLE HP---------------5 HP Minimum HEAD TILT------------------Right/Left, Up/Down (Compound Angles) POWER----------------------208 Needs to have power on X, Y, Z Axis, with digital readout on the X, Y & Z axis. TABLE DIMENSIONS-58" X 12" Minimum Delivery on or before: 15 Dec 2011 Earlier deliveries are desired and will be accepted. F.O.B. Destination is requested as the F.O.B. point for the Deliverables. All offers will be considered F.O.B. Destination unless F.O.B. origin is specified AND shipping costs are included. Deliver to: USCG Aviation Logistics Center 1664 Weeksville Road Receiving Section, Bldg. 63 Elizabeth City, NC 27909-5001. NO DRAWINGS, OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. The following FAR provisions and clauses apply to this RFQ and are incorporated by reference: 52.252-2 Clauses Incorporated by Reference Feb 1998 This solicitation 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 the clause may be accessed electronically at Internet address http://acquisition.gov/far/index.html. 52.212-1 Instructions to Offerors - Commercial Items Jun 2008 52.212-2 Evaluation-Commercial Items Jan 1999 The provision at FAR 52.212-2 Evaluation of Commercial Items is not applicable to this solicitation. In lieu of this provision, quotes will be evaluated based on the criteria listed below. Award will be made to the offeror representing the best value to the Government. Technical Capability Price Technical Capability: Technical capability will be evaluated on the ability of the offeror to provide the required items or approved alternates that satisfy all form, fit and function requirements of the original parts and conform to the approved configurations. The Offeror of an alternate part must submit data that adequately demonstrates that its product meets or exceeds the requirements of the solicitation in accordance with the clause at FAR 52.246-15, Certificate of Conformance. A general statement of compliance or restatement of the requirements is insufficient. An offeror must clearly identify in writing they are providing an alternate part by annotating it on their quote. Offerors who are providing an alternate part shall include in their quote descriptive literature or description literatures such as illustrations, drawings, or a clear reference, such as a web site to information readily available to the Contracting Officer. Price: The offeror shall provide firm fixed pricing for the requested items. If offeror proposes F.O.B. Origin, the quote must also include estimated shipping costs for each line item. The shipping costs will be used in evaluation of price to arrive at a total cost to the Government. 52.212-3 Offeror Representations and Certifications-Commercial Items May 2011 X Alternate I of 52.212-3. Apr 2011 An offeror shall complete only paragraph (b) 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 (c) through (m) of this provision. (End of Provision) 52.212-4 Contract Terms and Conditions Commercial Items Jun 2010 52.212-5 Contract Terms and Conditions Required to Implement Aug 2011 Statutes or Executive Orders-Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). __ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (11) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (37) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.211-14 Notice of Priority Rating for National Defense, Apr 2008 Emergency Preparedness and Energy Program Use Any contract awarded as a result of this solicitation will be [ ] DX rated order; [X] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. [Contracting Officer check appropriate box.] (End of Provision) 52.247-34 F.O.B. Destination Nov 1991 Closing date and time for receipt of offers is 8 September 2011, 4:15 PM EST. Anticipated award date is on or about 13 Sept 2011. E-mail quotes are preferred and may be sent to Martin Combs, martin.w.combs@uscg.mil, 252-335-6619 or alternate Gail Twiford, gail.m.twiford@uscg.mil, at 252-335-6072. Please indicate HSCG38-11-Q-800006 in subject line. Quotes may also be faxed to 252-334-5242, or mailed to the following address: USCG ALC 1664 Weeksville Road ESD Building 78, HSCG38-11-Q-800006 Attn: Martin Combs Elizabeth City, NC 27909
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-800006/listing.html)
- Place of Performance
- Address: USCG AVIATION LOGISTICS CENTER, INDUSTRIAL OPERATIONS DIVISION, ELIZABETH CITY, North Carolina, 27909, United States
- Zip Code: 27909
- Zip Code: 27909
- Record
- SN02561679-W 20110904/110902235615-b5f6b82a4d4d8fb32418b0dc65cd6789 (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 |