Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
MODIFICATION

34 -- Radial Drill Machine

Notice Date
1/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virgin Islands, RR #2, Box 9200, Kinghill, St. Croix, 00850-9731
 
ZIP Code
00850-9731
 
Solicitation Number
W9127P-18-Q-001A
 
Archive Date
1/27/2018
 
Point of Contact
Donna R. Prock, Phone: 3407127856
 
E-Mail Address
donna.r.prockledger.mil@mail.mil
(donna.r.prockledger.mil@mail.mil)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
AMENDED PORTION: ELIMINATE THE CLAMP/VISE SYSTEM TO HOLD PIECES FOR DRILLING DUE DATE: 12 JANUARY 2018 1000 EST ---------------------------- Radial Drilling Machine (RD1100) ITEM 1: Radial Drilling Machine (RD1100) • Totally enclosed drill head with oil bath and forced lube pump delivering oil to all the proper places • Double column for maximum rigidity • Hardened and ground alloy steel gears • Heavily reinforced and ribbed base • Box table, flood coolant, fluorescent work light standard Drilling capacity 1 3/4" Column diameter 11 3/4" Max. distance spindle center to column 45" Horizontal head travel 32" Max distance spindle nose to base 48" Base dimensions 28" x 72" x 7" Net weight 4,600 lbs. Spindle stroke 9 1/2" Spindle taper 4MT Spindle speeds (12) 44 ‐ 1,500 Spindle feeds (3) "/rev 0.002 ‐ 0.006 Spindle HP 5 Please price delivery to St. Croix USVI (00851) and Norfolk, VA (23511-5000). We will determine which route is most advantageous to the VI National Guard. ITEM2: IUID PLATE Prices must be good for at least 30 days. Government anticipates a firm fixed price award. Solicitation Provisions Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the SAM.gov website. Wide Area Work Flow (WAWF) at http://wawf.eb.mil FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.211-6, Brand Name or Equal (IF APPLICABLE) FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price, technically acceptability and delivery time of all items "all or none" is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor 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 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA72/W9127P-18-Q-001A/listing.html)
 
Place of Performance
Address: kingshill, U.S. Virgin Islands, 00851, United States
Zip Code: 00851
 
Record
SN04788467-W 20180113/180111231754-c0b9ae187030aba9334d913c390dd46d (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  © 1994-2020, Loren Data Corp.