SOLICITATION NOTICE
52 -- CNC COORDINATE MEASURING MACHINE
- Notice Date
- 9/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- RDECOM Acquisition Center - Pine Bluff, ATTN: AMSSB-ACP, 10020 Kabrich Circle, Pine Bluff, AR 71602-9500
- ZIP Code
- 71602-9500
- Solicitation Number
- W911RP-07-T-0215
- Response Due
- 9/20/2007
- Archive Date
- 11/19/2007
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The RDECOM Acquisition Center, Pine Bluff Contracting Division has a requirement for the following items: Line Item 0001 CNC Coordinate Measuring Machine MC/PN: 1T9S5CNC or equal. Contractor shall be responsible for installation and training. SALIENT CHARACTERISTICS 1. Minimum Measuring Range: 47 X 56 X 38 2. Digital Controller with Interference Detection Crash Protection or equivalent 3. Servo-Drive XYZ Axis 4. Joystick Control 5. Support Stand & Leveling Pads for Basic Unit 6. Air Dryer, Air Pressure Regulator, Filter & Mist Separator for Air Supply 7. CNC Manual, Language Manual, Operators Manual, Tutorial Manual 8. Initial Installation and Calibration 9. 12 Month Limited Warranty 10. Software 11. Certified Ceramic Sphere for Probe Calibration 12. Computer System 13. Crenshaw PH10MQ/TP20 Programmable Touch Probe EM or equivalent 14. Renishsaw MCR-20 Probe Module Changing Rack or Equivalent 15. Operator Training for 2 operators, 3 days of on site training at Pine Bluff Arsenal. The North American Industry Classification System code 334519 is applicable. Acquisition is being conducted utilizing full and open competition, all responsible businesses that submit a quote shall be considered by the agency. FOB Destination. Delivery, to include installation and training shall be within 90 days after date of contract. The following clauses and provisions are applicable and are included by reference. 52.204-7 Central Contractor Registration (Jul 2006), 52.212-1 Instructions to Offeror s Commercial Items, Sep 2006, 52.212-3 Offeror Representations and CertificationsCommercial Items (Nov 2006), 52.212-4 Contract Terms and Conditions Commercial Items Feb 2007, 252.204-7004 Alt A Central Contractor Registration (Nov 2003), 252.225- 7001 Buy American Act and Balance of Payments Program Jun 2005), 252-232-7003 Electronic Submission of Payment Request (Mar 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2007) inclu ding clause/provision at 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995), 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-28 Post Award Small Business Program Representation (June 2007), 52.222-3, Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authories and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facil ities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Actions for Workers with Disabilities (Jun 1998 ), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) and 52.232-33 Payment by Electronic Funds Transfer, Central C ontractor Registration (Oct 2003), 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) including clause/provision at 252-225-7001 Buy American Act and Balance of Payments Program (Jun 2005), 52.225-7012 Preference for Certain Domestic Commodities (Jan 2007), 52.203-3 Gratuities (Apr 1984), 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Mar 2006), 252.227-7015, Technical DataCom mercial Items (Nov 1995), 252-232-7003 Electronic Submission of Payment Re quest (Mar 2007) and 252.243-7002, Request for Equitable Adjustment (Mar 1998). The following clauses and provisions are applicable and are included by full text: 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the Offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the Offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaini ng any information not identified in the offer. (d) Unless the Offeror clearly indicates in its offer that the product being offered is an equal product, the Offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.212-2 Evaluation, Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shal l be used to evaluate offers: (i) Technical capability of the item offered to meet Government requirements. (ii) Past Performance (iii) Price Technical and Past Performance, when combined are more important than price. Evaluation factors are listed in descending order of importance. Offerors shall provide descriptive literature that fully describes technical capabilities of items offered. Pas t Performance information shall include a listing of similar orders, provide company name, customer point of contact with telephone number and type of equipment sold. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before th e offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUN 2005) (a) Definitions. As used in this clause- (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (incl uding any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term supplies is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regul ation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) AMCAC 52.233-4052 AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified i n FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ, Army Materiel Command Facsimile number (703) 806-866/8875 Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Packages sent by FedEx or UPS should be addressed to: HQ, Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 AMC-Level Protest Procedures are found at: http://www.amc.army.mil/amc/command_counsel/protestlink.htm. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. PB 52.000-4306 INSPECTION AND ACCEPTANCE (PBA) (AUG 90) (4306I): Inspection and acceptance will be at destination, unless otherwise provided herein. Until delivery and acceptance, and after any rejections, risk of loss will be on the contractor, unless lo ss results from negligence of the United States Government. Delivery is F.O.B. Destination; Shipment is to be prepaid to the following address: Trans Ofc M F Property Ofc, (W911RP), Receiving Section RSI Brch, Bldg 23-330, Pine Bluff Arsenal, Pine Bluff , AR 71602-9500. Original bill of lading must be forwarded same day material is shipped to stated address with acknowledgement of order and notice of shipment to the adders shown in blo ck 16 of Standard Form 1449. Point of contact is Virginia House @ 870-540-4091. Quotes are due by 3:00 p.m. 20 Sep 2007 and may be faxed to Virginia House @ 870-540-3730 or emailed to ginger.house@us.army.mil with follow up of original through ordinary mail. Faxed responses are pr eferred. Solicitation number W911RP-07-T-0215 must be included in the subject line of all emails, faxes etc. Emailed offers that do not contain the solicitation number may be deleted without review.
- Place of Performance
- Address: RDECOM Acquisition Center - Pine Bluff ATTN: AMSSB-ACP, 10020 Kabrich Circle Pine Bluff AR
- Zip Code: 71602-9500
- Country: US
- Zip Code: 71602-9500
- Record
- SN01405975-W 20070915/070913222408 (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 |