Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
SOLICITATION NOTICE

36 -- Industrial Sewing Machines

Notice Date
8/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Pacific Southwest Region, North Zone, Lease Contracting, 3644 Avtech Parkway, Redding, California, 96002
 
ZIP Code
96002
 
Solicitation Number
AG-9A73-S-14-0015
 
Archive Date
9/17/2014
 
Point of Contact
JEANNIE E VAUGHN, Phone: 530-226-2702
 
E-Mail Address
jvaughn@fs.fed.us
(jvaughn@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Solicitation Number is AG-9A73-S-14-0015 and is issued as a Request for Quotation (RFQ). The solicitation document and provisions and clauses are those in effect through Federal Acquisition Regular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 333318 with a small business size of 1,000 employees. This requirement is set-aside 100% for small business. The Region Five California Smokejumpers have a requirement for the following items, Brand name or Equal to the products listed below. If you are submitting a quote for a product other than those listed below- Please submit descriptive literature that documents that the product you are proposing is equal to the items listed below. For Sewing Machine to be considered equal the proposed equipment shall meet the following specifications: Line Item 001 - Juki Model LK-1900B-HS-Tacker with a Table/Stand and Light - Quantity of 1 Each. Description of Machine: Industrial Sewing Machine, Heavy-weight Application, with a maximum sewing speed of 3,200 st/min, sewing area - 30mm (L) x 40mm (W), stitch length 0.1~10mm (0.1mm step), Lift of the work clamp - Standard 14mm (17mm when the reverse- rotation needle-up function) Juki Model LK-1900B-HS-Tacker with a Table/Stand and Light or equal - Quantity of 1 Each. Line Item 002 - Juki Model DDL-8700, Single Needle with Table/Stand and Light - Quantity of 2 Each. Description of Machine : Industrial Sewing Machine, Medium-Weight Application, with a maximum Sewing Speed of 5,500 st/min, Maximum Stitch Length of 5mm, Presser foot by knee: 13mm, Needle; DBx 1 (#14) #9~#18, 134 (Nm90). Please provide a pricing with this machine for 2/EA Custom Taper 3/4" and 2 Each Custom Taper 1". Line Item 003 - Juki Model LU-1508N, Single Needle, Unison-Feed, Lockstitch with Machine with vertical-axis Large Hook for extra Heavy-weight Materials. Quantity of 2 Each - Description of Machine : Application: Heavy-weight, Maximum sewing speed of 2,500 st/min, Maximum Stitch length is 9mm, Presser foot - by knee:16mm, Alternating Vertical Movement, Needle - 135x17 (Nm160) NM125~NM180, Thread - #30~#5, B46~B138, Nm+60/3 20/3. Machine needs to come with Table/Stand and Light. Line Item 004 - Juki Model LH 3588 - Semi-dry-head, 2-needle, Lockstitch Machine with Organized Split Needle Bar. Quantity of 2 Each - Description of Machine : Application: G: jeans and heavyweight materials, Maxium sewing speed 3,000st/min, Maximum stitch length 5mm, Presser foot 7mm (by hand) 13mm (by knee), Needle G: DPx5 (#21) #16 ~ #23. Table/Stand and light to be included. Line Item 005 - Juki Model TNU 243 - Semi-long Flat-bed, 1-needle, Lockstitch Machine with Large Shuttle-hook for Extra Heavy-weight Materials. Quantity of 1 Each - Description of Machine : Application: Maximum sewing speed 800 sti/min, Maximum stitch length 15mm, Presser foot by knee: 20mm, Alternating vertical movement 4~8mm, Distance from needle to machine arm 420mm, Needle 794 (Nm230) NM130~Nm280, DYx3 #21 ~ #28, Thread #8 ~ #0, B92 ~ B207, NM=30/3 ~15/3. This machine is optimally suited for the sewing of extra heavy-weight materials such as tents, seat belts, and bag handles. Line Item 006 - Consew Model 199RB2 - Single Needle, Drop Feed, Zig-Zag Lockstitch Machine - Large Bobbin with Horizontal Axis Transverse Rotary Hook, Reverse Feed, Combination Zig-Zag and Straight Stitcher. Quantity of 1 Each - Description of Machine: Three step/two stitch zig-zag Federal stitch 308, For sewing elastic and other stretch materials, as well as for ornamental stitching. For stitching such products as boat and truck covers, tents, awnings, sails, parachutes, tarpaulins, canvas bags also many items of naval and military equipment. Used on such materials as canvas, nylon, vinyl, leather, synthetics and similar materials. Especially desirable where reinforced stitch is necessary, Used for rope tacking, making loops in rope and attaching small and medium size ropes to such products as truck covers, tents, sails, hammocks, parachutes, grain bags and many items of military and naval equipment. Application: Needle, 135 x 17, Metal Bobbin - Pre-wound M, Hook - B79, Bed size - 7" x 33 1/4" (178 x 848 mm), Zig-Zag Stitch Width Maximum 3/8" (9.5 mm). Contractor shall provide the following: - Equipment Manuals - (3) copies (2-hard copies and 1 copy electronically) to include daily checklists, visual inspections and lubrication schedule, schedules for inspections, adjustments, cleaning, and component replacements, and safety operation of the equipment in all modes. Acceptable electronic formats are acrobat files (.pdf). ***Question Submission: Interested offeror(s) must submit any questions concerning this solicitation at the earliest convenenience to allow the Contracting Officer time to respond. Questions MUST be submitted in writing to jvaughn@fs.fed.us. No phone calls will be accepted. Questions not received within a reasonable time prior to the close of the solicitation may not be considered.*** New Equipment ONLY; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quote must be valid for 30 days after the close of this solicitation. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actually delivery at the specified location - Delivery is to be made to: USDA, Forest Service, Northern California Service Center, 6101 Airport Road, Redding, CA 96002. This solicitation requires registration with the System for Award Management (SAM) prior to award. Registration information can be found at: www.sam.gov. There is no fee to register in SAM. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition as follows: The Contractor shall submit their quote on company letterhead to include solicitation number; contract name; address; telephone number of the offeror; unit price; extended price; any discount terms; DUNS number; tax identification number; and size of business. FAR 52.212-2 Evaluation--Commercial items; the evaluation criteria state in paragraph (a) of this provision are as follows: (1) Technical Capability to meet requirements stated herein, (2) Price, (3) Warranty for items offered, (4) Delivery Time. Contract award will be to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representation and certifications in accordance with this provision along with their offer. The provision can be downloaded from the internet at http:www.arnet.gov/far. FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Conract Terms and Conditions Required to Implement Statutes or Excecutive Orders--Commercial Items, paragraph (a) and the following clauses in paragraph (b) 52.252-2, 52.204-7, 52.209-6, 52.211-6, 52.219-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.233-1, AGAR 452.204-70, AGAR 452.211-70 and AGAR 452.209-70 - Alternate 1, FEB 2012, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. (a.) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. All responses must be received by 5:00 P.M. Pacific Time on September 2, 2014. Quotes shall be emailed to Jeannie Vaughn - jvaughn@fs.fed.us or mailed to: USDA, Forest Service, 6101 Airport Road, Attn: Jeannie Vaughn, Contracting Officer, Redding, CA 96002. If you are sending your quote via email please reference the solicitation number in the subject line of the email. If you are sending via regular mail please reference solicitation number on envelope.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9JHA/AG-9A73-S-14-0015/listing.html)
 
Place of Performance
Address: USDA, Forest Service, Northern California Service Center, 6101 Airport Road, Redding, California, 96002, United States
Zip Code: 96002
 
Record
SN03472244-W 20140822/140820235249-ce2ad11189a07a6c1f489e8aa6b31dc9 (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.