|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5,1996 PSA#1673Commanding Officer, Code 044/64, USCG Engineering Logistics Center,
2401 Hawkins Point Road, Baltimore, MD 21226-5000 34 -- LATHE ENGINE SOL DTCG40-96-B-30046 DUE 092596 POC Sandy Miller,
Contract Specialist, (410) 636-4370/David H. Monk, Contracting
Officer, (410) 636-4373 K - LATHE ENGINE SOL. NO. DTCG40-96-B-40036.
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; BIDS ARE BEING REQUESTED AND A
WRITTEN SOLICITATION WILL NOT BE ISSUED. This synopsis/solicitation
constitutes an information for bid (IFB) and incorporates provisions
and clauses in effect through Federal Acquisition Circular 90-40. The
applicable Standard Industrial Classification Code (SIC) is 3541, Size
500 (Employees). This requirement is being solicited on brand name or
equal basis. All responsible sources may submit a bid which if timely
received, shall be considered by the agency. DESCRIPTION: The
government intends to procure the following items: one each lathe
engine, 32'' X 236'' equal to Hercules Model SPA-8, one each 3 Jaw
Universal Chuck 16'' diameter, one each 4 Jaw Faceplate chuck, one each
4 Jaw Independent chuck 16'' diameter, one each complete set of closed
type steady rests consisting of the minimum quantity needed to cover
a range of diameters from 2'' to 18'', one each additional small steady
rest, one each follow rest which has 2 roller type adjustable jaws with
a minimum range of diameters to include 2'' to 7'', one each follow
telescopic taper turning attachment, one each Digital Readout Systems
(DRO) including installation, three sets Operation & Maintenance
Manuals, including Electrical Schematics & Repair Parts Lists and one
day operator training for machine and DRO for 4 employees. The training
shall take place at a time mutually agreed upon by the Government and
the Contractor, but no later than 15 calendar days after receipt of the
engine lathe. OEM shall also verify the accuracy of the setup on the
machine. the best standard commercial warranty for the machine and the
Digital Read Out (DRO) is requested and shall be identified in the
offerors proposal submission. The SALIENT CHARACTERISTICS for the above
items are as follows: For the working range, the unit shall have a
Distance between centers of 230'' minimum to 264'' maximum. The Head
Stock Spindle Nose shall be a D1 Camlock Style. The speed range for the
feeds, speeds, and threads must be 12-1250 RPM (must include this
range). The electrical main motor power shall be 30 HP minimum. The
measuring and indicating devices shall be graduated in inch/pound and
metric graduations. The machine is designed to operate on 230/460
volts, 3 phase, 560 Hertz (HZ), initially wired for 460 volts, C. All
standard equipment required to properly operate the lathe (such as
special tools) shall be furnished. The bed shall be (2) piece maximum.
The Coolant system shall be complete to deliver the necessary flow to
the cutting tool. The lathe shall have hardened and ground bedways and
gears and four direction power rapid traverse. All steady rests shall
have at least 3 adjustable jaws, each filled with a roller type tip and
a screw for adjusting and locking in position. The DRO shall include
the following minimum features: 90 tool offsets, a tool library, and
190 points of memory. Award will be made on an all or none basis. Items
are to be delivered to U.S.C.G. Engineering Logistics Center, Receiving
Room, Bldg. #86, 2401 Hawkins Point Road, Baltimore, MD 21226-5000.
Required delivery date shall be within 180 days after receipt of award.
Final acceptance shall be at destination. CLOSING DATE AND TIME FOR
RECEIPT OF BIDS IS 25 SEPT. 1996, 2:00 P.M., EASTERN STANDARD TIME.
Facsimile offers are not accepted. FAR clause 52.212-2 does not apply,
in that, award will be made to the bidder who offers the lowest price.
BIDDERS ARE INSTRUCTED TO INCLUDE A COMPLETED COPY OF 52.212-3
''OFFERORS REPRESENTATIONS AND CERTIFICATION--COMMERCIAL ITEMS'', (JUN
1996) WITH THEIR BIDS. The following FAR provisions and clauses apply
to this solicitation and are incorporated by reference: FAR 52.212-1,
Instructions to Offerors--Commercial Items, (Oct 1995). The following
addenda is added to FAR Clause 52.212-1, (1) Paragraph (b) Bidders who
choose to submit their bid on an SF 1449 may contact Sandy Miller at
(410) 636-4370, for a copy of the SF 1449; (2) paragraph (b) (4) In
addition to the wording in the cited paragraph, if the bidder proposes
to furnish an equal product, the brand name, if any, of the product to
be furnished shall be clearly identified in the bid. The evaluation of
the bids and the determination as to equality of the product shall be
the responsibility of the government and will be based solely on the
information furnished by the bidder or identified in it's bid. The
evaluation of the bids and the determination as to equality of the
product shall be the responsibility of the Government and will be based
solely on information furnished by the bidder in it's bid. the bidder
is resposible for providing all information and/or decriptive
literature, (such as cuts, illustrations, drawings and/or other
information) necessary for the Contracting Officer to determine whether
the product offered meets the salient characteristics requirement of
the solicitation. If the bidder must modify a product so as to make it
conform to the requirements of this solicitation, it shall include in
it's bid a clear decription of such proposed modification, and clearly
mark any decriptive material to show the proposed modifications.
Modifications proposed after sealed bid opening to make a product
conform to a brand name product reference in the solicitation will not
be considered. 52.212-4, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders (Jan 1996), FAR 52.222-3,
Convict Labor, (Apr 1984), FAR 52.233-3, Protest After Award, (Oct
1995) FAR 52.222-26, Equal Opportunity (Apr 1984), 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr
1984), 52.222-36, Affirmative Actions for Handicapped Workers (Apr
1984), 52.222-37, Employment Reports on Special Veterans and Veterans
of Vietnam Era (Jan 1988), FAR 52.225-3, Buy American Act--supplies
(Jan 1994), Defense Priorities and Allocations Rating DO-A1. Mail bids
to U.S.C.G. Engineering Logistics Center, Attn: Sandy Miller,
Electronic/General Contracting (Code 044) 2401 Hawkins Point Road,
Baltimore, MD 21226-5000. Facsimile bids are not acceptable. Questions
may be directed to Mrs. Sandy Miller at (410) 636-4370. For Minority
Women Owned and disadvantaged business Utilization (OSDBU) the
Department of Transportation (DOT) has a program to assist minority,
women-owned and disadvantage business enterprises to acquire short-term
working capital assistance for transportation-related contracts. Loans
are available under the DOT Short-term Lending Program (STLP) at prime
interest rates to provide accounts receivable financing. The maximum
line of credit if $500,000. For further information and applicable
forms concerning the STLP please call the OSDBU at (800) 532-1169.
(0247) Loren Data Corp. http://www.ld.com (SYN# 0188 19960904\34-0001.SOL)
34 - Metalworking Machinery Index Page
|
|