Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOLICITATION NOTICE

32 -- CNC Router System

Notice Date
7/20/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333243 — Sawmill, Woodworking, and Paper Machinery Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-18-R-0019
 
Archive Date
8/25/2018
 
Point of Contact
Megan J. Leuck,
 
E-Mail Address
megan.j.leuck.mil@mail.mil
(megan.j.leuck.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. Solicitation number W912J2-18-R-0019 is issued as a Request for Quote (RFQ). This requirement is set-aside 100% for Small Businesses, North American Industry Classification System Code (NAICS) is 333243 - Sawmill, Woodworking, and Paper Machinery Manufacturing, with a size standard of 500 Employees. DESCRIPTION OF REQUIREMENT: The WI National Guard end user requires the following item as Brand Name or Equal, to the following: Line Item 0001: 1 EA - Shop Sabre PRO 408, Computer Numerical Control (CNC) router Salient Features: Lifetime technical support Machine frame: Heavy duty structural tube steel frame, gantry, and gantry uprights Industrial ball screw drive system 12" gantry clearance with 16" Z axis travel Work area: 60" x 100" x 12" (5' x 8'); 4' x 8' minimum Foot Print: Not to exceed 80" x 135" x 95" Vectric VCarve Pro CAD/CAM Software Directly accept G-Code or DXF files Dedicated computer system with Windows 10 T-Slot table top clamp system Power Requirements: 20amp / 220 Volt outlet Emergency Stop Switch Tool Measure Switch - fast & accurate tool change Automated RPM control Integrated dust collection system Minimum 1 year warranty Initial training on the machine and software on site This award will be a Firm-Fixed Price (FFP) contract. Shipping is FOB Destination to: AASF #2, 1950 Pearson St, Madison, WI 53704. Responses to this announcement must be complete to include the follow documents/info: 1) Itemized Quote 2) Specifications Sheet 3) Product Capability 4) Photos/Images of Product 5) Cage Code BASIS FOR AWARD- Lowest Priced Technically Acceptable Offeror (LPTA) The Government will award a contract resulting from this solicitation to the vendor whose quote will be most advantageous to the Government. In order to be technically acceptable, proposals must either match the specified product and brand name or equal the identified salient features. To be considered for this award, the contractor shall: 1.) Be able to meet all requirements defined in the solicitation; 2.) Must be registered and current in the System for Award Management (SAM) database per DFARS 252.204-7004 (www.sam.gov) prior to the award. The Government will not delay award for the purpose of allowing a contractor time to register in SAM; 3.) Contractor shall be able to invoice through Wide Area Work Flow (WAWF) (https://wawf.eb.mil) for payments to be processed electronically. SPECIAL INSTRUCTIONS: Offerors MUST provide offers via e-mail ONLY. OFFER DUE DATE AND TIME: Offers are due 10 August 2018 at 1200 (noon) CST. Please submit any questions concerning the solicitation to the main POC NLT 6 August 2018 at 1200 (noon) CST. Question and Answer documents will be posted to FedBizOpps (FBO) as an attachment to the combined synopsis/solicitation. It is the interested party's responsibility to check FBO for updated information. REFERENCES: The following publications are available electronically at http://farsite.hill.af.mil/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) The following FAR/DFARS provisions and clauses are hereby applicable to this solicitation and any resultant contract award: FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (JAN 2017) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-28 Post-Award Small Business Program Rerepresentation (JUL 2013) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222.50 Combating Trafficking in Persons (MAR 2015) FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016) DFARS 252.225-7001 Buy American and Balance of Payments Program (DEC 2016) DFARS 252.225-7048 Export-Controlled Items (JUN 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving (JUN 2012) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) 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, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by email to the POC below by the identified due dates. The Government will not answer questions via telephone. MAIN POC: SSG Megan Leuck, Contract Specialist, megan.j.leuck.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-18-R-0019/listing.html)
 
Record
SN05000688-W 20180722/180720230737-b9f17eef143f2395667f006b50699416 (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.