Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2006 FBO #1658
SOLICITATION NOTICE

34 -- CNC Hydraulic Press Brake Machine

Notice Date
6/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-06-R-0009
 
Response Due
6/14/2006
 
Archive Date
8/13/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propo sals are being requested and a written solicitation will not be issued. The solicitation number is W911W6-06-R-0009 and is issued as a request for proposal (RFP). Under this number, the Aviation Applied Technology Directorate (AATD) intends to award a fi rm fixed price contract utilizing FAR Part 13.5 Test Program for Certain Commercial Items. We intend to acquire the following: 1 EACH (EA) 90 ton 8 Foot 8-Axis CNC Hydraulic Press Brake Machine to include freight charges, 1 EA Table  Ram increased by 10 0mm, CLIN 0003 1 EA Stroke of Ram Increase by 100 mm, 1 EA Laser Safety for PPEB-8 90/08, 1 EA Cadman-B3D off-line software, 1 EA Wilson European style Tooling clamping package for bed/ram to include freight, 1 EA 3 day basic bending class using Cadman sof tware for 2 people. The Press Brake Machine must have the following minimum characteristics and/or capabilities: 90 ton capacity, table width of 8 feet, a back gage with X axis; R axis; Z1-Z2 axis; X prime axis; Ram with Y1 and Y2 axis, stroke 11 inches; minimum distance between table and ram: 18 inches, repeatability +/- .0004 inches, parallelism +/- .0004 inches. Must be equipped with a CNC press brake control that is PC based and running on Microsoft Windows, must have angle correction data base, bend allowance data base, fully integrated 2D drawing and programming system, operating software that is also available for use as an off line programming system on a separate PC, ability to import solid CAD models, tooling compensation, axis disable function, adaptive angle correction, macro programming, multi-tasking function, auto programming, tooling library, manual data input, merge function, air/bottom bending, man machine interface, design housing with software materials, track ball, numeric keyboard wit h solid push buttons, reset, emergency stop, external RJ-45 jack, minimum 20 Gbyte Hard disk, 3.5 floppy disk, and CD-ROM disk USB port. All items shall be delivered to AATD, Building 3519A Mulberry Island Rd, Fort Eustis, VA 23604-5577. This synopsis/s olicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-09. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition without addenda. In accordance with the clau se, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: 1) Technical capability of the item offered to meet the minimum requirements; 2) Price; 3) Past Performance showing a proven record of product longevity and reliability. Submit at least three relevant references. This acqui sition is set-aside for Small Business Concerns. The North American Industry Classification System Code (NAICS) is 333513, Machine Tool (Metal Forming Types) Manufacturing. The small business size standard is 500 employees. Offerors shall include a comp leted copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items. The following additional clauses apply to this acquisition; 52.252-2, Clauses Incorporated by Reference; DFARS 252.246-7000, Material Inspection and Receiving Report; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive O rders Applicable to Defense Acquisitions of Commercial Items. The following clauses cited within FAR 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219 -8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.2 22-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (EO); 52.222-35, EO for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-1, Buy American Act Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer. The following clauses cited w ithin DFAR 252.212-7001 apply: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www. arnet.gov/far, http://www.acq.osd.mil/dp/dars, http://www.arnet. Proposals are due June 14, 2006, 2:00 PM, EST, and shall be submitted to the Aviation Applied Technology Directorate, Attn: AMSRD-AMR-AA-C (E. Jackson), 401 Lee Blvd., Fort Eustis VA 23604-55 77 by facsimile, email, or regular mail. Point of contact is Elizabeth Jackson, phone: (757) 878-2100, fax: (757) 878-0008, email: ejackson@aatd.eustis.army.mil or Rhonda Buckanin, Contracting Officer, (757) 878-2071, email rchase@aatd.eustis.army.mil.
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-SD, Building 3508 Mulberry Island Road Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN01066909-W 20060611/060609220822 (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.