Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOLICITATION NOTICE

34 -- Provide one (1) Lathe Machine - Attachment 2 - Attachment 1 - Attachment 4 - Attachment 5 - Attachment 3

Notice Date
3/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, South West Regional Maintenance Center, 3755 Brinser Street, San Diego, California, 92136, United States
 
ZIP Code
92136
 
Solicitation Number
N5523618R0009
 
Point of Contact
Billie P. Crockett, Phone: 6195564855
 
E-Mail Address
Billie.Crockett@Navy.Mil
(Billie.Crockett@Navy.Mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 Basis for Award Attachment 5 Reference Information Sheet Attachment 4 Pricing Attachment 1 Clauses Full Text Attachment 2 Proposal Preparation Instructions This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented, utilizing FAR Part 13, with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular, 2005-97, effective date 24 January 2018. This is a full and open competition. NAICS 333517 applies. This is a request for proposal (RFP N5523618R0009) for: Provide one (1) lathe machine that meet all the minimum salient characteristics. MINIMUM SALIENT CHARACTERISTICS: - SPINDLES - C-Axis 0.0001 degree increment rotary tool spindle speed 4500 RPM main spindle motor AC 15KW (20HP) spindle speed 6000 RPM - TURRETS - 12 position drum turret (bolt on type) - WORKHOLDING -6" thru-hole chuck B-206A0515 with SR1146 cylinder (2.000" Bar capacity) Live center (ROHM/RTC-5469-SP-04) NC tailstock MT#4 (dead center) - Auto Power off (breaker trip) - 10.4" color LCD, Smooth C Control and smooth standard software for lathe mill with background tool path check. -Conventional programming and EIA Programming -127.5 inches long and 63.0 inches wide available floor space - Coolant system (180W). Complete coolant system 25 psi, 8 gpm - Options: High/low chuck pressure system (requires part reclamp) high power coolant(520W) (59 psi/ 16 gpm) Accessories-tool holders Additional set of paper manuals Your proposal must be received vie email by the primary and secondary contacts (below) no later than Friday, March 16, 2018, 1100 AM PST. PRIMARY contract specialist: Billie Crockett, (619) 556-4855, billie.crockett@navy.mil. SECONDARY contract specialist: Roderick Rioveros, (619) 556-2309, Roderick.rioveros@navy.mil FAR 52.212-1 Instruction to Offerors- Commercial Items, applies to the subject solicitation. FAR 25.101(a) The Buy American Statute restricts the purchase of supplies that are not domestic end products. For manufactured end products, the Buy American statute uses a two-part test to define a domestic end product. (1) The article must be manufactured in the United States; and (2) The cost of domestic components must exceed 50 percent of the cost of all the components. In accordance with 41 U.S.C. 1907, this component test of the Buy American Statute has been waived for acquisitions of COTS items (see 12.505(a)). Vendor shall provide written confirmation with their quote the products they are proposing are in compliance with the Buy American Act. Offeror shall comply with all the Commercial FAR/ DFARs/NMCARs clauses and solicitation requirements for this request. See Attachment 2 for proposal preparation instructions. See Attachment 3 for evaluation factors and basis for award. FAR 12.3 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items: NMCARS 5212.301(f) sets forth approval requirements for supplementing FAR 12 provisions/clauses with use of additional provisions/clauses (including HCA provisions/clauses). Approval requirements are set forth for both ASN(RD&A) and DPAP approvals. FAR 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): FAR clauses & provisions: http://farsite.hill.af.mil DFARS clauses & provisions: http://farsite.hill.af.mil/vmdfara.htm FAR Clauses by Reference: FAR 52.203-3 Gratuities FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.222-40 Notification of Employee Rights Under the National labor Relations Act FAR 52.229-3 Federal, State And Local Taxes FAR 52.232-39 Terms for Financing of Purchases of Commercial Items FAR 52.232-40 Providing Accelerated Payments to Small Business Subconcontractors (Dec 2013) FAR 52.242-13 Bankruptcy FAR 52.242-15 Stop-Work Order FAR 52.242-17 Government Delay of Work FAR 52.246-16 Responsibility for Supplies FAR 52.247-34 F.O.B Destination DFAR Clauses by Reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252-209-7004 Subcontracting with firms That Are Owned or Controlled By the Government of a Country that is a State Sponsor of Terrorism 252.211-7006 Passive Radio Frequency Identification 252.213-7000 Notice to Prospective Supplies on use of Past Performance Information Retrieval System 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Alt I Buy American and Balance of Payments Program --Alternate I (Dec 2017) 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7012 Preference For Certain Domestic Commodities 252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic (DEC 2017) 252.225-7048 Export-Controlled Items 252.227-7015 Technical Data--Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.246-7003 Notification of Potential Safety Issues 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7023 Transportation of Supplies by Sea Attachment 1: Clauses by Full Text Attachment 2: Proposal Preparation Instructions Attachment 3: Basis for Award Attachment 4: Pricing Worksheet Attachment 5: Reference Information Sheet Delivery Date: Quantity Ship to Address: 30 April 2018 1 SOUTHWEST REGIONAL MAINTENANCE CENTER MINERVA HOLMAN 3755 BRINSER STREET, BLDG 3418, CODE 964 SAN DIEGO CA 92136-5205 (619) 556-3033
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N5523618R0009/listing.html)
 
Place of Performance
Address: Naval Base San Diego, San Diego, California, 92136, United States
Zip Code: 92136
 
Record
SN04848044-W 20180310/180308231612-50106d7de3a4c6c7865045faeca41e92 (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.