Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
MODIFICATION

35 -- Sewing Equipment

Notice Date
4/25/2018
 
Notice Type
Modification/Amendment
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Belvoir, 9410 Jackson Loop, Fort Belvoir, Virginia, 22060-5134, United States
 
ZIP Code
22060-5134
 
Solicitation Number
W91QV118T0011
 
Archive Date
5/23/2018
 
Point of Contact
Stacy N. Alleyne, Phone: 7038062166
 
E-Mail Address
stacy.n.alleyne.ctr@mail.mil
(stacy.n.alleyne.ctr@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, by Mission and Installation Contracting Command, Fort Belvoir (MICC-FB) for Logistical Readiness Center (LRC), Joint Base Myer-Henderson Hall (JBM-HH). This combined synopsis/solicitation constitutes the only solicitation that will be issued. The combined synopsis/solicitation number for this Request for Quote (RFQ) is W91QV18T0011. The period performance is 4 weeks from date of award. Shipping shall be FOB Destination. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, Effective January 24, 2018. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation System can be accessed via the Internet at http://farsite.hill.af.mil/vffara.htm (FAR) and http://farsite.hill.af.mil/vfdfara.htm (DFARS). The NAICS code is 333249. Small Business Size Standard is 500 employees. This acquisition is set aside for 100% small businesses. In order to be considered for an award, an offeror must have completed electronic annual representations and certifications at System for Award Management (SAM) accessed via https://www.acquisition.gov in accordance with FAR 4.1201(a). The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the SAM to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with SAM, visit www.sam.gov. Any questions concerning this solicitation shall be submitted to the contracting office via email to Stacy Alleyne, no later than 1:00 p.m. Eastern Standard Time, April 18, 2018. The Contract Specialist/Contracting Officer shall gather all questions from prospective vendors. Contracting officer will reply via email with answers by solicitation closing date. Solicitation shall be extended if additional time is needed for submission of quotes by interested parties. Quotes for this combined synopsis/solicitation shall be emailed to Stacy Alleyne @ stacy.n.alleyne.ctr@mail.mil. Emailed quotes must be received on or before May 8, 2018, at 1:00 p.m. Eastern Standard Time. Quotes can also be hand-carried, provided through postal service and must be provided on or before May 8, 2018 by 1:00 p.m. Eastern Standard Time. The Government will award a Firm-Fixed Price contract resulting from this solicitation to the responsible vendor whose quotation conforms to the solicitation and the SOW. Offerors shall also submit descriptive literature and pictures of the Sewing Equipment. If the Sewing Equipment fails to meet or exceed specifications of the requirement, it shall result in the offeror's proposal being rated unacceptable. The contract line items are as follows: Bid Schedule Item Description Qty 0001 JUKI Lock Stitch Sewing Machine (Model# JUKI 9000) or Equal 12(EA) 0002 Workbench Adjustable (Model # SB225GA7236) or Equal 7 (EA) 0003 JUKI Tacking Sewing Machine (Model # JUKI LK-1920) or Equal 1(EA) 0004 CONSEW High Post Sewing Machine (Model #228R-11-1) or Equal 4 (EA) 0005 CONSEW Zig Zag Sewing Machine (Model# CONSEW 199RB-1A) or Equal 2 (EA) 0006 CONSEW Cylinder Sewing Machine (Model# CONSEW 223R-2) or Equal 1(EA) 0007 Installation 1(EA) Statement of Work Cadet Uniform Factory Annex Equipment For Logistical Readiness Center (LRC), Joint Base Myer-Henderson Hall (JBM-HH) 1. BACKGROUND: The JBM-HH Central Issue Facility (CIF) has an urgent need to stand up an Annex from the West Point Cadet uniform factory to provide sewing capabilities and replace current antiquated sewing equipment. LRC Myer CIF alterations section current does not have equipment to perform special sewing requirements of the Cadet uniform factory. This requirement will allow JBM-HH LRC to fully replace chairs, table, baskets, sewing machines and specialized equipment required to stand up the West Point Cadet uniform annex. 2. OJECTIVES: Purchase and have installed new equipment at the JBM-HH CIF Facility, BLDG 313 third floor. a. Building 313: Purchase equipment, is listed in Technical Exhibit 1. b. Building 313: Have delivered and installed all purchased items listed in Technical Exhibit 1. 3. SCOPE: The Logistical Readiness Center, JBM-HH, intends to acquire the necessary equipment and accessories listed in Technical Exhibit 1 for installation in the CIF Facility. The Contractor shall uninstall and remove existing equipment and accessories, and deliver and have installed all purchased equipment and accessories to/in the JBM-HH CIF Facility, Bldg. 313 third floor, Fort Myer, VA 22211. 4. APPLICABLE SPECIFIC TASKS/REQUIREMENTS: 4.1 The contractor shall provide all required equipment and tools necessary to complete installation. 4.2 The Government will ensure that the job site is free of debris, and that adequate facilities and space are provided for offloading, moving & handling, and temporary storage of supplies, furnishings, and materials required for installation. All offloading moving and handling will be accomplished by the contractor. 4.3 The contractor will be responsible for delivering and installing all equipment and accessories listed in Technical Exhibit 1 (Deliverables). 4.4 The contractor will uncrate and remove all packing and packaging materials, and leave site in a clean and orderly state. 4.5 The contractor will be responsible for the removal of all debris created as a result of the delivery and installation. 4. DELIVERY SCHEDULE: Complete delivery and installation within approved period of performance (POP) timeframe. 5. SPECIAL REQUIREMENTS: This is the Department of the Army Central Issue Facility establishment required to continue operations during installation time frame. The closing of facility for any duration of time must be coordinated to ensure authorized personnel will continue to receive services at alternate location (s) as necessary. Any special requirements for installation that includes discontinuation of services during normal operating hours must be pre-coordinated and approved prior to the awarding of contract. WARRANTIES: Standard commercial warranty shall apply, consist of 1 Year warranty parts and Labor, from the date of equipment startup date (After the equipment is installed we will notify manufacture about the date of installation to carry a 1 year part and labor warranty, contractor will follow up on all warranties) TIMING: Period of Performance four weeks 6. GOVERNMENT-FURNISHED PROPERTY (GFP): None 7. SECURITY CONSIDERATIONS: Contractor personnel and property will be subject to search and seizure upon entering the gates of JBM-HH. Drivers must provide gate security with a valid driver's license and proof of insurance. Once access is grated to post and contractor personnel arrive at performance location, escorts will be provided to accompany contractors for the duration of the installation. 8. PLACE OF DELIVERY: 106 Stewart Rd, Fort Myer, VA 22211-1312 POC: David Fertig 703-696-0817. TECHNICAL EXHIBIT 1: DELIVERABLES Item Name Item Description SHALL MEET OR EXCEED THE FOLLOWING: Quantity JUKI LOCK STICH SEWING MACHINE or equal MODEL # JUKI 9000 High-speed Single Needle Straight Lockstitch Industrial Sewing Machine with Table and Servo Motor (Table Comes Assembled) This Package includes a Fully Assembled Table and a Servo Motor Machine Specifications • Application: Medium-weight •Max. sewing speed: 5,500 Stitches per Minute •Max. stitch length: 5mm •Needle bar stroke: 30.7mm • Lift of the presser foot by hand: 5.5mm •Lift of the presser foot: 13mm •Needle (at the time of delivery): DB×1 (#14) #9~#18 / 134 (Nm90) •Feed dog: 4-row (3-row) •Hook: Automatic-lubricating full-rotary hook • Lubrication: Automatic • Lubricating oil: JUKI New Defrix Oil No.1 (equivalent to ISO VG7) •Weight of the machine head: 28kg 12 EACH WORKBENCH ADJUSTABLE or equal MODEL # SB225GA7236 72"w x 36"d x 1 ¾" Ash wood top with ⅜" radius front edge, 2) 33"d legs, 64 ¾" stringer, 4-post hand crank hydro lift workstation with 16" stroke, back-plate, pair of end plates, 14"w x 16"d x 5"h (ID) roller bearing drawer with casing & handle, & a 64"w x 12"h bottom shelf- Work height=30" to 46" 7 EACH JUKI TACKING SEWING MACHINE or equal MODEL # JUKI LK-1920 Computer-controlled, High-speed Shape-tacking Sewing Machine JUKI LK-1920 Computer-controlled, High-speed Shape-tacking Machine Model name LK-1910S, 20S, 30S LK-1910H, 20H, 30H Application Standard Heavy-weight Sewing area 60mm (L)×100mm (W) Max. sewing speed 2,500sti/min Stitch length LK-1910,20: 0.1~10mm LK-1930: 0.1~12.7mm Number of data that can be input LK-1910, 20: 64 patterns LK-1930: 691 patterns Needle S: DP×5 #14, H: DP×17 #18 This Package includes a Fully Assembled Table and a Servo Motor Machine 1 EACH CONSEW HIGH POST SEWING MACHINE or equal Model # 228R-11-1 This Package includes a Fully Assembled Table and a Servo Motor Machine Number of Needles 1 (Single) Feeding Mechanism Drop Feed Workspace Standard Workspace Standard or Full Function Standard Functions Speed, Max (S.P.M.) 3000 Clearance Under Presser Foot 15/64" (6mm) Stitch Length 5 s.p.i. (5mm) Needle DP-F22/134S Bobbin Pre-Wound G Stitch Type 301 Needle Bar Stroke 1 1/4" (32mm) Hook 12032 Post Height 7" (178mm) Work Surface 1 7/8" x 2" (48mm x 75mm) 4 EACH CONSEW ZIG ZAG SEWING MACHINE or equal MODEL # CONSEW 199RB-1A Overview Single Needle, Drop Feed, Zig-Zag, Lockstitch Machine With: Horizontal Axis Transverse Rotary Hook, Reverse Feed, Combination Zig-Zag and Straight Stitcher Applications This Package includes a Fully Assembled Table and a Servo Motor Machine 2 EACH CONSEW CYLINDER SEWING MACHINE or equal MODEL # CONSEW 223R-2 This Package includes a Fully Assembled Table and a Servo Motor Machine Specifications Number of Needles 1 (Single) Feeding Mechanism Needle Feed Workspace Standard Workspace Standard or Full Function Standard Functions Speed, Max (S.P.M.) 3000 Clearance Under Presser Foot 11/32" (8.5mm) Stitch Length 5 s.p.i. (4.5mm) Work Space 10" (258mm) Needle 135 x 17 Bobbin Pre-Wound G Bed Size 2 9/16" dia x 10 9/16" (65mm dia x 268mm) Stitch Type 301 Needle Bar Stroke 1 5/16" (33mm) Hook 13086 1 EACH CLAUSES The following FAR Clauses/Provisions apply: 52.212-1 Instructions to Offerors - Commercial Items - Note: Offerors responding to this Combined Synopsis Solicitation are required to provide a statement confirming they can meet all requirements in the solicitation and provide a quote in accordance with the Bid Schedule. 52.212-2 Evaluation -- Commercial Items. - Lowest Price Technically Acceptable 52.212-3 Offeror Representations and Certifications -Note: Offerors responding to this Combined Synopsis Solicitation are required to provide the information contained in this clause 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (incorporated). The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.219-6 Notice of Total Small Business Set-Aside 52.219-13 Notice of Set-Aside of Orders 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.O.B. - Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.703-7003 Agency Office of the Inspector General 252.203-7005 Representation Relating to Compensation of Former DoD Officials 1 252.204-7003 Control Of Government Personnel Work Product 252.225-7001 Buy American And Balance Of Payments Program-- Basic 252.225-7002 Qualifying Country Sources As Subcontractors 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection And Receiving Report 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7024 Notification Of Transportation Of Supplies By Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d8a981ef41437121259bd530373ff8b1)
 
Place of Performance
Address: 106 Stewart Rd, Fort Myer, Virginia, 22211-1312, United States
Zip Code: 22211-1312
 
Record
SN04901083-W 20180427/180425230959-d8a981ef41437121259bd530373ff8b1 (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.