Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2004 FBO #0935
SOLICITATION NOTICE

34 -- Brand Name or Equal Model EZ 0000003R8 Hardinge Bridgeport Series 1 EZ Plus 3-Axis CNC Control Milling Machine, Inch Screws and Dials, R-8 Spindle, Automatic Centralized Lubrication System, Chrome Ways and Gibs

Notice Date
6/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-04-T-0046
 
Response Due
6/24/2004
 
Archive Date
8/23/2004
 
Point of Contact
Michael McDaniel, 928-328-6356
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(Michael.McDaniel@yuma.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented wi th additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acq uisition Procedures (SAP) as a Brand Name or Equal per the Federal Acquisition Regulation (FAR) 52.211-6. IT IS STRONGLY ADVISED that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your q uote if you are submitting an Equal To offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-23 dated 5 May 2004 and Defense Federal Acquisition Regulation Supplement (D FARs), 1998 edition, current to DCN 20040608. It is anticipated that payment will be made by Government Visa Credit Card. This acquisition is unrestricted. The North American Industry Classification System (NAICS) is 333513 with a size standard of 500 empl oyees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. The proposal shall consist of eight Contract Line Item Numbers (CLIN) C LIN 0001, Quantity 1, Unit of Issue: Each, Description: Model EZ 0000003R8 Hardinge Bridgeport Series 1 EZ Plus 3-Axis CNC Control Milling Machine, Inch Screws and Dials, R-8 Spindle, Automatic Centralized Lubrication System, Chrome Ways and Gibs. CLIN 000 2, Quantity 1, Unit of Issue: Each, Description: R-8 Collet Tray. CLIN 0003, Quantity 1, Unit of Issue: Each, Description: R8QC30281 R-8 to QC30 Adapter. CLIN 0004, Quantity 1, Unit of Issue: Each, Description: Erickson #30 Quick Change Wrench. CLIN 0005, Quantity 1, Unit of Issue: Each, Description: DA-180 33 pc. Collet Set one quarter inches-three quarter inches x one sixty fourth inches. CLIN 0006, Quantity 6, Unit of Issue: Each, Description: 1015595 QC30 Collet Chuck, Collet Range .0156 - .750. CLIN 00 07, Quantity 1, Unit of Issue: Each, Description: Collet Nut Wrench 1.500. CLIN 0008, Quantity 1, Unit of Issue: Each, Description: On site training for up to 6 people and verification of installation. All proposals are to include cost of freight. Arizona vendors are to include the Arizona Transaction Privilege Tax. This requirement is also located at web site www.yuma.army.mil/contracting/rfp.html If you provide a quotation for other than the Brand Name specified for the equipment you must provide the tec hnical information about the product you propose so that a technical determination can be made in the review process. FAILURE TO PROVIDE THE EVIDENCE OF ANY EQUIVALENT PRODUCT WILL DEEM YOUR PROPOSAL AS NON-RESPONSIVE. All proposals shall be clearly marke d with RFP number W9124R-04-T-0046 and emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 3:00 PM MST, 24 June 2004. In addition, all technical questions concerning this requirement must be emailed to Michael.McDan iel@yuma.army.mil no later than 3:00 PM MST, 21 June 2004. The Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical acceptability, price, and past performance. Offers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following F AR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Oct 200 0). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document a nd complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (May 2004) Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Nov 1995) apply to this acquisition. FAR 52 .212-4 Contract Terms and Conditions Commercial Items (Oct 2003) and specifically addendum 52.247-34 FOB Destination (Nov 1991). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Paragraph A of this provision is completed as follows: Award will be made on technical acceptability, price, and past performance. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (May 2004) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are appl icable to this acquisition are 52.211-6 Brand Name or Equal (Aug 1999), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Sep 2002), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equa l Opportunity (Apr 2002), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-34 Payment by Electronic Funds Transfer Central Contractor Registration (May 1999), 52.232-36 P ayment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2003) apply to this Acquisition, and specifically 252.2 25-7001 Buy American Act Trade Agreements Balance of Payments Program (Apr 2003) and 252.232-7003 Electronic Submission of Payment Requests (Mar 2003). If you plan on participating in this acquisition you are required to provide your name, address, phone n umber, and email address to Michael McDaniel via email to Michael.McDaniel@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00604581-W 20040618/040616212248 (fbodaily.com)
 
Source
FedBizOpps.gov 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.