|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1998 PSA#2101Rothe Joint Venture, L.P.; 4614 Sinclair Rd.; San Antonio, TX 78222 36 -- HIGH SPEED PRODUCTION PLATE SAW SOL RFQ 7031-9 DUE 060598 POC
Point of Contact -- William D. Rothe, (210) 648-3131/Subcontracting
Officer WEB: Rothe Joint Venture, L.P., http://www.rothe.com. E-MAIL:
Rothe Joint Venture, L.P., rick@rothe.com. Reference: Subcontract
7031-9. Rothe Joint Venture, L.P. is a prime contractor for NASA JSC,
in Houston, Texas. Rothe intends to purchase one high speed production
plate saw via competitive sealed bidding procedures using streamlined
acquisition procedures outlined in Part 12.6 of the FAR: (I) This is
a combined synopsis/solicitation for commercial items prepared in
accordance with the format in Subpart 12.603c(2), as supplemented by
this notice. This announcement constitutes the only solicitation.
Proposals are requested in response to this announcement. (II) This is
a Request for Quotation (RFQ). (III) The provisions/clauses in effect
through Federal Acquisition Circular No. 97-04, 24 April 1998, are
incorporated in this solicitation. (IV) This is a Small Business
set-aside. The Standard Industrial Classification (SIC) codes are 3541
and 3546 and the small business size standard is 500 employees or
less. (V) This acquisition is for a single contract line item number
(CLIN); i.e. one high speed production plate saw. (VI) The following is
a description of the minimum requirements for the item: BEGIN SPECS (a)
Capacity -- Blade to Column: 52''; Max Work Ht.: 25''; (b) Blade Size:
1 =BD or 2''; (c ) Table Capacity: 15,000 lbs; (d) Table Stroke:
148''; (e) Blade Drive: 15 HP; (f) Carriage Table: electric; (g)
Hydraulics: 2 HP; (h) Chip Removal: powered; ( i ) Blade Deviation
Monitor: monitor with accuracy of 0.005''; (j) Controls: Cutting Rate
-- Computer Controlled/2 function (Constant Line Speed, Square
Inch/Minute Mode); (k) Guide Arm: Powered; (l) Loading Channels: 2
=BD'' deep X 5'' wide; (m) Blade Guides: Two Position (Rotate 90
degrees for cross cuts to 48'' with powered advance; standard placement
for straight cuts to 144''); (n) Material Alignment Reference: Laser
Beam; (o) Noise Level: less than 85 db. END SPECS (VII) Required
Delivery Date: 30 September 1998. Place of Delivery: Lyndon B. Johnson
Space Center, Houston, Tx 77058. FOB point: Houston, TX. (VIII) The
provision at FAR 52.212-1, Instructions to Offerors-Commercial Items,
applies. (IX) The provision at FAR 52.212-2, Evaluation-Commercial
Items, applies. Source selection will be based on the product's
compliance with the above specifications, the ability of the offeror to
meet the delivery date, and price. (X) Offeror must include a completed
copy of FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items, with the offer. (XI) Offeror must
include with bid a statement that the FAR clause at 52.212-4, Contract
Terms & Conditions-Commercial Items, applies to this acquisition.
(XII) FAR clause at 52.212-5, Contract Terms and Conditions Required To
Implement Statutes or Executive Orders-Commercial Items, applies.
(XIII) Offeror should include the price of a one year parts & labor
warranty. Offeror should also price out separately a three year full
parts and labor service agreement that included both periodic
preventive maintenance as well as emergency maintenance with 72 hour
response time for maintenance. Each of the three years should be priced
separately. The vendor must provide the following documentation: three
copies of the Operator Manual, Maintenance Manual, and Parts Breakout.
The offeror should also provide a period of training at Johnson Space
Center . (XIV) Defense Priorities and Allocations System (DPAS): The
following contract clauses are added: FAR 52.211-14, Notice of Priority
Rating for National Defense Use; and FAR 52.211-15, Defense Priority
and Allocation Requirement. Priority for this order under Title I of
the Defense Production Act for industrial items is DOC9. (XV) Special
Proposal Preparation Instructions: (a) Non-adherence to the following
conditions of bidding will result in a rejection of the complete bid
package. (b) The bidder shall prepare his proposal by referring to each
paragraph of this solicitation. (c) The bidder will then place one of
the following symbols next to each paragraph number: ''C'' to indicate
compliance with the specifications or condition; ''NC'' to indicate
non-compliance (for each ''NC'', the vendor must provide a detailed
statement of what is being offered. (d) The following price breakout
shall be provided: Plate Saw, documentation (operations & maintenance
manuals), transportation to Johnson Space Center, price of unloading
from the truck, price for training at JSC (to include vendor's travel,
lodging, per diem, and training fee), price of one year warranty,
price for each of the three subsequent one year service agreements,
total price. (e) Terms shall be 30 days after acceptance of the system
at JSC. Acceptance is defined as: that all hardware has been
delivered, training is completed, and the system is operating according
to the specifications proposed. (XVI) Sealed bids are due at 1500 hours
San Antonio, Texas time, on 5 June 1998. Only written proposals will be
accepted. Mail to: RJV, 4614 Sinclair Road, San Antonio, TX 78222.
(XVII) For information contact William D. Rothe, Telephone:
210-648-3131; FAX: 210-648-4091; E-Mail: rick@rothe.com. All
responsible sources may submit a bid, proposal/quotation which shall be
considered. The solicitation document may be requested via mail or FAX
(210-648-4091). Telephone requests shall not be considered. (0140) Loren Data Corp. http://www.ld.com (SYN# 0283 19980522\36-0005.SOL)
36 - Special Industry Machinery Index Page
|
|