Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2008 FBO #2421
SOLICITATION NOTICE

34 -- Provide Rotter Diamond Honing Machine for the Oregon Army National Guard

Notice Date
7/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W66MRV-8179-1051
 
Response Due
8/1/2008
 
Archive Date
9/30/2008
 
Point of Contact
Brandy Kloock, 503-584-3769
 
Small Business Set-Aside
Total Small Business
 
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 solicitation is W66MRV-8179-1051 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 1 AUG 08, 1:00 p.m. Oregon Local Time. The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 333512. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following supply or services: SUBSTITUTIONS NOT ALLOWED STATEMENT OF WORK 1.0 Scope of Work 1.1 Provide the required equipment for engine rebuild for the Oregon Army National Guard. 1.2 Provide delivery and setup within 30 days of signed order. 2.0Materials and Requirements 2.1 Rottler Power Stroke Automatic Honing Machine Specifications "Hone Capacity Standard Range 2.25inches to 6.8 inches diameter "Hone Capacity Optional Range 1.5 inches to 7 inches diameter "Manual Stroke Length D inches 13 inches max length of cylinder 16 inches "Power Stroke Length D 13 inches max length of cylinder 16 inches "Stroking Speed Infinitely Variable "Stroking Drive Air Hydraulic "Air Requirements 8cfm at 100PSI "Power Requirements 208/240 volt single phase 50/60 Hz "Spindle System 3 HP Drive System "Spindle RPM 75- 285 RPM variable "Coolant System Pump Motor 1/15 HP 208/240 Volt single phase 50/60 Hz "Machine Size 81 inches H X 62 inches W X 62 inches D "Floor Space Required 72 inches X 72 inches "Shipping Weight 2300 lbs Standard Equipment Included "Rottler Programmable Automatic Roughing and Finish Load Sensing System "Rottler Automatic Feed-out System "Automatic Controlled Stock Removal with.0002 inches Resolution "Automatic Plateau Finish Program "Automatic Plateau Finish Program "Automatic Lower Bore Short Stroke or Dwell Finish Program "Automatic Brush Finish Program "Infinitely Variable Stroke Speed Control "Infinitely Variable Spindle RPM Control "Combination Fixture for In-line and V-Blocks with Support Parallels "Stone Tray with Dial Bore Gage Holder "50 Gal Coolant System with Magnetic Separation "Set Leveling Bolts "Instruction Manual "Electrical Requirements: 208/240VAC 20 Amps 50/60HZ 1PH "Shipping Weight 2200lbs 3.0Place of Set-Up CECOM Facility at Camp Withycombe The Offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. 52.212-2 Evaluation of 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 the lowest priced offer which is both technically acceptable and shows satisfactory past performance. All FAR Clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: FAR clause 52.202-1, Definitions (Jul 2004) ; provision 52.212-1, Instructions to Offerors-Commercial Items (Jan 2005); provision 52.212-2 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212- 4, Contract Terms and Conditions-Commercial Items (Oct 2003); FAR clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFQ. Point of Contact: Nicollette Kennemer at 503-584-3764 Quotations can be mailed to USPFO for Oregon, ATTN: USPFO-P, PO Box 14350, 1776 Militia Way SE, Salem, OR 97309-5047, FAX to 503-584-3771 or emailed to nicollette.kennemer@ng.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=06282a327ce83a85ebcdcbb577ba0dbc&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
Zip Code: 97309-5008
 
Record
SN01612341-W 20080713/080711221454-06282a327ce83a85ebcdcbb577ba0dbc (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.