Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
DOCUMENT

66 -- Computer Numerical Control (CNC) Large Milling machine - Attachment

Notice Date
8/29/2018
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
US Department of Veterans Affairs;Veterans Health Administration;Service Area Office (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
 
ZIP Code
15212-5319
 
Solicitation Number
36C24E18Q9551
 
Response Due
9/5/2018
 
Archive Date
11/4/2018
 
Point of Contact
Contracting Officer: Michael Haydo
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented 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 number36C24E18Q9551 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. This requirement will be made using a cascading set-aside under the associated NAICS code 334516 with a small business size standard of 1000. The full solicitation document is included as an attachment to this notice; to include: a list of contract line items, a Description of requirements for the items to be acquired, SOW/PWS, Date(s) and place(s) of delivery, and applicable clauses and provisions. Evaluation procedures: Evaluation of offers will be made in accordance with FAR 13.106-2, and award will be made to the offer most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical, and Socio Economic Status. Product Description: The Minneapolis VA currently owns manual milling machines, manual lathes, 3D printing machines, and a small bench-top Computer Numerical Control (CNC) milling machine capable of machining plastic and aluminum. The requirement is to purchase a larger CNC milling machine to expand machining capabilities to include steel and titanium as well as 4 and/or 5 axis CNC machining for planned medical projects. The larger CNC milling machine will require a full complement of supporting equipment such as power transformer (to convert shop power to the machine s power requirements), tools, collets, clamps, and other work-holding components. Such components are often specific to individual machines or machine brands (specific collets are designed to interface with certain brands of spindle for example) thus rather than specify exact components, optional accessories are required to permit the selection of a suitable array of compatible components once an offer has been selected. The main milling machine shall have the ability to be partly disassembled, if needed, to facilitate installation through the current limited doorway size. All costs pertaining to such disassembly and reassembly shall be included in offers. Moreover, if disassembly and reassembly are not included, but is required due to machine dimensions, the cost of the disassembly and reassembly shall not be added retroactively. Lastly, training on use of the system and control software is required and shall either be on-site or within 20 miles of the Minneapolis VA Health Care System. The CNC Milling machine shall have the following minimum features as minimums: System shall be no larger than 75 W x 75 D x 82 H (assembled) Shall contain one T-Slot table Maximum Spindle Speed: Spindle shall be capable of 50,000 RPM operation. X/Y positioning accuracy.001 /foot of travel. Positioning repeatability.0005. 40 X 32 X, Y travel Windows based control software Remote monitoring capability Safety Lock-out Shall have conversational controls with surface smoothing features Efficient coolant supply system designed for 0-1 L/hr (capable of using both oil or ethanol preferred) System shall include option for 4th axis (rotary axis with tailstock) Shall include option for 4th and 5th axis machining (trunnion style rotary/swivel unit or equivalent) System shall be fully enclosed to contain chips during operation Minimum 24 x24 x8 work area (in 3-axis operation), minimum 4.5 diameter x 18 long work piece (in 4-axis operation) with work-holding attachments for round and rectangular stock, and minimum 5 x5 x4.5 workpiece size (in 5-axis operation, if available) Minimum 10-tool automatic tool changer Probe for automatic XYZ material stock location and dimension measurement Automatic tool length sensor Power transformer to use existing 208 volt 3-phase mains power supply (if conversion is necessary). Training for 4 operators within 20 miles of Minneapolis VA Health Care System (on-site preferred) An allowance for additional necessary tools and work-holding components. Quantity: One (1) each: CNC Milling Machine to meet the specifications stated above Delivery Address: Minneapolis VA Health Care System One Veterans Drive Minneapolis VA Rehabilitation Engineering Research Program Research 151 Minneapolis, MN 55417 Desired Equipment Delivery Date: 90 Days ARO Warranty: twelve (12) month warranty from date the equipment is received and accepted by the VA. Additional contract requirement(s) or terms and conditions determined by the contracting officer: Set Aside Cascading set-aside procedures. Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. Due date and submission of quotes: The quotes are due on 9/5/2018 at 10:00 AM and shall be directed electronically to Michael.haydo@va.gov. Offers shall be marked with the solicitation number. Information regarding the solicitation can be addressed to the Contracting Officer, Michael Haydo, michael.haydo@va.gov The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial, (ix) A statement regarding the applicability of Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. SEE FULL TEXT ADDENDUM BELOW 52.212-2 SEE FULL TEXT WITH ADDENDUM BELOW 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, 52.211-6, Brand Name or Equal 852.211-73, Brand name or equal. 852.246-70, Guarantee ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS I. GENERAL INSTRUCTIONS: To assure timely and equitable evaluation of proposals, offerors shall follow the instructions contained herein. Proposal packages shall be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of three (3) separate sections: Section I Socio-Economic status, Section II Technical, and Section III Price. A. The Government reserves the right to extend the notification deadline of the solicitation up to the date proposals are initially due. B. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offerors, the Contracting Officer will review this determination and if, in the Contracting Officer s opinion, adequate price competition exists, no additional cost information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of the price. C. Proposals shall be submitted in electronic format via email before the submission date and time listed in the solicitation to be considered for award. Email proposals shall be complete and in VA control no later than the time/date specified. Proposal packages will be accepted via email at: Contracting Officer Michael Haydo michael.haydo@va.gov E. The Minimum Proposal Acceptance Period is 60 days. The offeror shall make a clear statement in their proposal that their prices are valid for a period of not less than 60 days from the solicitation close date. F. Content Requirements. All information shall be confined to the appropriate Section. The offeror shall confine submissions to essential matters, sufficient to define the proposal and provide adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation. Proprietary information shall be clearly marked. The price volume shall be in a separate file from all other information. G. Proposal packages should be made up of separate technical and price proposals. Proposals shall be in electronic format only utilizing Microsoft Office and/or Adobe software. II. SPECIFIC INSTRUCTIONS: PROPOSALS SHALL BE SUBMITTED IN THREE (3) SECTIONS: A) SECTION I SOCIO-ECONOMIC: THE OFFERORS CONTACT INFORMATION TO INCLUDE THE NAME, TELEPHONE NUMBER AND EMAIL ADDRESS OF THE POINT OF CONTACT FOR THIS PROJECT, DUNS AND OR CAGE CODE, AND PERIOD OF ACCEPTANCE. Socio Economic Status Under the Socio-Economic Status criterion, preference will be given to the following business size statuses in descending order pursuant to 38 U.S.C. §8127(i). Service Disabled Veteran-Owned Small Business Veteran Owned Small Business 8a/Small Disadvantaged Business/Women-Owned Small Business HUBZONE Business Woman Owned Small Business Small Business Large Business B) SECTION II - TECHNICAL OFFER: 1) OFFEROR SHALL SUBMIT TWO COPIES OF THE TECHNICAL OFFER: COPY ONE: A FULL, NON-REDACTED COPY - OFFEROR MAY INCLUDE COMPANY NAMES, LOGOS, PHOTOS, EMPLOYEE NAMES, ETC. COPY TWO: A REDACTED COPY. DOCUMENT SHALL BE OF A PLAIN TEXT FORM AND ALL MENTION OF COMPANY NAMES, LOGOS, PHOTOS, EMPLOYEE NAMES, ETC SHALL BE REMOVED. FACTOR 1. Understanding and Compliance with requirements The offeror shall address each solicitation requirement in sufficient detail to demonstrate a clear understanding of the requirement. Simply acknowledging the VA s requirements of the statement of work does not qualify for sufficiently demonstrating an understanding of the requirement. FACTOR 3. Delivery/Turnaround time The offeror shall address the turnaround time from the time the offer is accepted to the time the VA receives the equipment. C) VOLUME IV PRICE: 1) PRICE SHALL BE BROKEN DOWN INTO INDIVIDUAL ELEMENTS AND IN THE COMPANY S NORMAL OFFER FORMAT. OFFEROR MAY SUBMIT ADDITIONAL DOCUMENTS IF THE OFFEROR FEELS IT TO BE NECESSARY. 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999) (a) 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 and other factors considered. The following factors shall be used to evaluate offers: Socio-Economic Status Technical Price Technical, and Socio-Economic, when combined, are slightly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) ADDENDUM TO FAR 52.212- 2 EVALUATION COMMERCIAL ITEMS A. BASIS OF AWARD The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered. In making the best value determination, the Government will make a comparative assessment of the offerors. All proposals will be evaluated to determine that the offered price(s) reflects a technical understanding of the requirement and those considered unrealistic may be rejected. To receive consideration for award proposals must receive an overall rating of no less than: Acceptable for the overall rating under Technical and Socio-Economic. Price must be determined to be Fair and Reasonable in accordance with FAR 12.209. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror s initial offer should contain the offeror s best terms from a socio-sconomic, technical, and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offerors are cautioned to submit sufficient information and in the format specified in FAR §52.212-1. Offerors may be asked to clarify certain aspects of their proposal. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. EVALUATION RATINGS and STANDARDS Technical evaluation standards establish the minimum level of acceptable compliance with a requirement that must be offered for a proposal to be considered. Evaluators will rate each proposal and indicate its worth in relation to the standards. Evaluation results on each offer will be stated in terms of the solicitation requirement and what is offered; whether it meets or fails to meet the established standards; the proposal advantages and disadvantages, and risks and their significance; and the effect of these elements should the offer be accepted, e.g., what impact (including technical, schedule, and cost risk) the correction or the deficiency will have on the offerors overall ability to perform. Socio-Economic rating will be on an adjective rating scale of Outstanding, Good, Acceptable and Neutral, as specified in table below. Technical ratings will be on an Adjective Rating Scale of Outstanding, Good, Acceptable and Unacceptable, as specified in Technical Rating Table listed below. Price Ratings. There are no adjectival ratings for Price. Price is evaluated for fair and reasonable in accordance with the FAR. SOCIO-ECONOMIC: RATINGS DEFINITIONS Outstanding Any offeror whose socio economic status is Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). All signed RFP Amendments. Reps and Certs certification complete. Good Any offeror whose socio economic status is 8a/Small Disadvantaged Business, HUBZONE Business, or Woman Owned Small Business. All signed RFP Amendments included. Reps and Certs certification complete. Acceptable Any offeror whose socio economic status is Small Business. All signed RFP Amendments included. Reps and Certs certification complete. Neutral Any offeror which does not fall into any of the Small Business size categories, and is considered a Large Business. Signed RFP amendments not included. TECHNICAL RATINGS: RATINGS DEFINITIONS Outstanding A proposal that satisfies all of the Government s requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the Government s requirements. Good A proposal that satisfies all of the Government s requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government s requirements. Acceptable A proposal that satisfies all of the Government s requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government s requirements. Unacceptable A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. TOTAL EVALUATED PRICE All pricing will be evaluated on a total price basis to include option years of the contract. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Also, the pricing will be evaluated to determine that the offerors prices reflect a technical understanding of the requirement and those considered unrealistic may be rejected. For evaluation purposes, price will be evaluated on the total price offered with optional items. The offerors are requested to provide a total price based the specifications outlined in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5624c7aa80ffe8f2d0916bee4aaeaadb)
 
Document(s)
Attachment
 
File Name: 36C24E18Q9551 36C24E18Q9551_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4569007&FileName=36C24E18Q9551-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4569007&FileName=36C24E18Q9551-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05062469-W 20180831/180829231554-5624c7aa80ffe8f2d0916bee4aaeaadb (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.