Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 8, 2001 PSA #2846
SOLICITATIONS

34 -- 34 -- TUBING BENDER/MEASURING SYSTEM

Notice Date
May 4, 2001
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement, Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
ZIP Code
27909-5001
Solicitation Number
DTCG38-01-Q-100044
Response Due
June 19, 2001
Point of Contact
Vergie Hall, HU25 Contract Specialist, Phone 252-335-6562, Fax 252-334-5427, Email VHall@arsc.uscg.mil -- Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427, Email LHudson@arsc.uscg.mil
E-Mail Address
Vergie Hall (VHall@arsc.uscg.mil)
Description
This is a combined synopsis/solicitation for a CNC Tubing Bender and Measuring System 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. Quotations are being requested and a written solicitation will not be issued. This Request for Quotation (DTCG38-01-Q-100044) incorporates provisions and clauses in effect through Federal Acquisition Circular 97-24. This is an unrestricted procurement. The Standard Industrial Classification is 5084 (42183) and the small business size standard is 100 employees. The contract will be awarded using acquisition procedures in accordance with FAR Part 13.5. The Coast Guard intends to award a firm fixed price contract for following: Contractor shall provide complete specifications and data package for each of the components and tooling within the system to sufficiently meet the minimum requirements. The tubing bender system shall include a CNC tubing bender with on board computerized controls and dual bending capabilities, non-contact tracer/measuring unit and required tooling. All components of this system shall be IBM compatible and have an interface link capable of transferring and storing data between each component of the system. The tubing bender shall be capable of bending aluminum and stainless steel tubing (1/8 hard). Tubing diameter sizes are 1/4", 5/16", 3/8", 1/2", 5/8", 3/4" and 1" with wall thickness from .016" through .049". Bend radiuses are 1.5, 2.0, and 3.0 Diameter. Multiple bends are required, in some applications. All required tooling shall be included. Data storage shall include as a minimum a hard drive capable of storing 100,000 part shapes, 3 1/2" floppy, CD-ROM, zip drive, and appropriate graphics software and print capabilities. The tracer/measuring unit shall have a five axis arm, be capable of measuring 1/8" through 3.00" diameter tubing, and provide XYZ and LRA data for reverse engineering. System bend repeatability accuracy shall be +/- .001". Space constraints for installation of bending system are limited to an area 15 ft. wide by 30 ft. long by 10 ft. high. Access door is 6 ft 0 in. wide by 6 ft 8 in. tall. The contractor shall include pricing for purchase, shipping, installation verification and training (40 hours) for 5 individuals on site after all equipment has been received and installed. The contractor shall be prepared to provide demonstration of similar type equipment if requested. Contractor site visits of ARSC are available upon request. Delivery will be made to USCG, Aircraft Repair and Supply Center, HH60 Product Line Division, Bldg. 79, Elizabeth City, NC 27909-5001. Required Delivery is 120 days after award of contract. F.O.B.Point shall be F.O.B destination. Packaging of equipment shall be packaged in accordance with best commercial packaging and shall comply with ASTMD 3951-98 dated 10 Nov 98, Commercial Packing, Shipping and Storage Procedures. Inspection and acceptance to ensure items are in accordance with manufacturer specifications will be performed at destination. All responsible sources may submit an offer, which will be considered. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: 52.212-1 Instructions to Offerors _ Commercial Items (Oct 2000); 52.212-2 Evaluation _ Commercial Items (Jan 1999), award will be made utilizing the following factors, in descending order of importance, capability of the item to meet the Government_s requirement, price and past performance. 52.212-3 Offeror Representations and Certifications -- Commercial Items (Apr 2001) Alternate I (Oct 2000) Alternate III (Oct 2000). Offerors shall include a copy of this provision with their offer. 52.212-4 Contract Terms and Conditions _ Commercial Items (May 1999) is hereby tailored to include the following FAR clauses: 52.246-2 Inspection of Supplies _ Fixed Price (Aug 1996); 52.246-15 Certificate of Conformance (Apr 1984) 52.252-2 Clauses Incorporated by Reference (Feb 1998). The full text of the clause may be accessed electronically at Internet address www.deskbook.Osd.Mil. 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders _ Commercial Items (Feb 2001) is hereby tailored to include the following clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I (41.U.S.C. 253g and 10 U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)). 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (E.O. 11246) 52.222-35 Affirmative Action for disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) 52.222-36 Affirmative action for Workers with Disabilities (29 U.S.C. 793) 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212) 52.222-19 Child Labor _ Cooperation with Authorities and Remedies (E.O. 13126) 52.225-5 Trade Agreements (Apr 2000)(19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) 52.225-15 Sanctioned European Union Country End Products (E.O. 12849) 52.232-34 Payment by Electronic Funds Transfer _ Other than Central Contractor Registration (31 U.S.C. 3332) 52.211-15 Defense Priority and Allocation Requirements (Sep 1990) Anticipated award date is no later than August 01, 2001. Closing date and time for receipt of offers is Jun 19, 2001, 4:00 p.m., Eastern Daylight Time. Facsimile offers are acceptable and may be forwarded to 252-334-5427. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price, FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery schedule, and Representation and Certifications contained in FAR Clause 52.212-3, including Alternate I and Alternate III. The contractor shall provide past performance references reflecting all contracts; including, default terminations with Federal agencies or commercial or military organizations, and shall cover the previous 24 months. References shall include the name of agency, contract number, contact person, and telephone number. See Numbered Note 12. ATTENTION: Minority, Women-owned and Disadvantaged Businesses (DBE_s)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information on STLP, call 1-800-532-1169, Internet address: http//osdbuweb.dot.gov.*****
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=DTCG38-01-Q-100044&L=487)
Record
Loren Data Corp. 20010508/34SOL001.HTM (D-124 SN50L2E3)

34 - Metalworking Machinery Index  |  Issue Index |
Created on May 4, 2001 by Loren Data Corp. -- info@ld.com