Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2015 FBO #4858
SOLICITATION NOTICE

34 -- Milling Machine w/Tool Changer

Notice Date
3/12/2015
 
Notice Type
Presolicitation
 
Contracting Office
681 Hardee Place, West Point, NY 10996
 
ZIP Code
10996
 
Solicitation Number
15-T-0126
 
Response Due
3/27/2015
 
Archive Date
9/23/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 15-T-0126. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 704422. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-03-27 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be West Point, NY 10996 The MICC West Point requires the following items, Brand Name or Equal, to the following: LI 001: Haas or equal - TM-1P - Toolroom Mill with Tool Changer; 30" x 12" x 16" (762 x 305 x 406 mm), 40 taper, 7.5 hp (5.6 kW) vector drive, 6000 rpm, full enclosure, 10-station automatic tool changer, Y- and Z-Axis way covers, Intuitive Programming System, 1 MB program memory, memory lock keyswitch, 15" color LCD monitor and USB port and 5-gallon? (19 liter) flood coolant system., 1, EA; LI 002: Haas or equal - 4XBL - Allows the use of a fully integrated 4th-axis Haas rotary table or indexer for multi-sided machining, yielding increased productivity and reduced setups., 1, EA; LI 003: Haas or equal - CCTM-P -Auger-style chip conveyor automatically removes chips from the machine while compressing them and wringing out the coolant. The system automatically reverses if a jam occurs., 1, EA; LI 004: ETHERNET - Transfer data between Haas equipment and a network or PC with the Ethernet interface. Program files are easily transferred to and from the machine, and large files may be accessed by multiple machines. High-speed data transfers allow DNC of large files at up to 1000 blocks per second. Easily set up from the control screen., 1, EA; LI 005: Notebook Computer Shelf (NCS)attaches to the existing tool rack system on the machine to support a laptop computer. Non locking, with a Velcro strap to secure the laptop to the table., 1, EA; LI 006: RTAPMM - Synchronized tapping., 1, EA; LI 007: WIPS-R -Wireless Intuitive Probing System; Renishaw wireless tool-setting probe and Renishaw wireless work offset probe; includes macros, spindle orientation and coordinate rotation and scaling., 1, EA; LI 008: WL-MM Work Light, 1, EA; LI 009: TTC - Tool Tray for Collets; holds 17-ER32; 10-ER 16; 20-DA180; 15-DA200; collets not included., 1, EA; LI 010: PS24CT - 24 Pull Studs, CT40, 1, EA; LI 011: Freight to West Point, NY, 1, EA; LI 012: IUID Tag plate per MIL-STD-130x, 1, EA; LI 013: Tech to modify two TM-1 machines to accomadate a height restriction. Provide crew and equipment to perform the following: -Receive a TM-1P at our facility. -Tech to arrive, and reduce machine to fit thru 82? high x 70? wide door. -Load onto truck -Transport to West Point Bldg #601 (tarped & air ride) -Rig existing TM-1 machine out of building and load onto truck -Offload TM-1P, set machine in place, and rough level - Connect electric & Air (based on using the existing sources), 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC West Point intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC West Point is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. 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 actual delivery at the specified destination. Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at https://www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. 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; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5 (DEV), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, and the following clauses: 52.219-28, 52.222-19, 52.222-21, 52.22-22, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-34, 52.232-99 (DEV), 52.233-4 and DFAR 252.212-7001, 252.232-7003, 252.232-7010, 252.232-7006 and 252.209-7999. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/VFFAR1.htm (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 Government's 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. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a0ab2fc83817d55ccec1bffdb6532262)
 
Place of Performance
Address: West Point, NY 10996
Zip Code: 10996
 
Record
SN03666184-W 20150314/150312235241-a0ab2fc83817d55ccec1bffdb6532262 (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.