SOLICITATION NOTICE
34 -- SWING GEARED HEAD ENGING LATHE BED - 14 X 40 Inch
- Notice Date
- 1/16/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Army, ACA, Pacific, ACA, Fort Richardson, ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
- ZIP Code
- 99505-0525
- Solicitation Number
- W912CZ-09-S-1012
- Response Due
- 1/20/2009
- Archive Date
- 3/21/2009
- Point of Contact
- Shirley Rush, 907-384-7104<br />
- 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. This is a 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. As a synopsis solicitation proposals are being requested and no separate notice will be issued. (ii) This synopsis solicitation number is W91LE9014B058. (iii) This synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-18 (July 5, 2007). (iv)The applicable NAICS is 423830. (v) This synopsis solicitation contains (7) line items. Quotes are being sought from Total Small Business. Shipping must be FOB destination, with delivery to Fort Richardson, Alaska. (vii) Delivery location: 98th MAINTENANCE COMPANY (DS) (Class II) BLDG FORT RICHARDSON, ALASKA 99505-0525 Acceptance will be Government: Fort Richardson, Alaska 99505 30 days after receipt of order. CLINS: DESCRIPTIONQUANTITY 0001 14 X 40 Inch Swing Geared Head Engine Lathe: Machine1 Type-Engine; Swing-14 Spindle; Nose-D1-6; Horsepower-7.5. 00026 Piece Tool Hold Set-Quick Change Lathe Tool Posts & Holders1 Series-BXA Lathe: Swing-10-15; Contents: (1) Tool Post, (1) Style 1 Holder, (1) Style 2 Holder, (1) Style 4 Holder, (1) Style 7 Holder, (1)Style 10 Holder 0003Lathe Centers Style-Standard Point Shank: Type: Morse Taper;1 Shank Size-4MT; Material-Steel Outside Diameter-2-3/16; Overall Length-7-1/2; Point Diameter-1-1/2 0004Lathes Type: Special Change Gear Set Accessories (SPCL Gear)1 0005Bison Jaw Self Centering Plain-Lathe & Mill-Chucks: Mount:D1-6; 1 Thru Hole Size:2.990 Inch; Body Material-Semi-Steel; Jaw Type-Two Piece Hard Reversible Jaws (Jaw CH Universal D Spin)6 0006Chuck Jaws-Lathe & Mill Chucks Fractional Chuck: Size-8; Height: 3-3/8 0007Soft Jaws-Lathe & Mill Chucks Fractional Chuck: Size-8; 3 Height: 3 Bolt Hole Spacing-1.750 Inch 0008Boring Tool Bar Sets-Index able Tooling: Type-Tri-Lead Index1 able Boring Bar Set: Work piece Minimum Bore Diameter Range-1-1/4; Material: Alloy Steel 0009Carbide Inserts for Index able Boring Bars: Insert Style-TPG; 30 Insert Size-322; Material-Carbide Coating Al2O3; Inscribed Circle-3/8; Corner Radius-1/32 (viii) The provision at FAR 52.212-1, Instructions to Offerors Commercial (JAN 2004), applies to this acquisition. (ix), Offers will be evaluated using the best value selection method; the following are the evaluation factors to be used: Technical Specification of the request, Price, Delivery. The contract will be awarded to the offeror that provides the best value to the government. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. (xi) The clause at 52.212-3, Offeror Representations and Certifications-Commercial ItemsAll offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.214-21 Descriptive Literature (APR 02); FAR 52.217-5 Evaluation of Options (JUL 1990); FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); DFAR 252-212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items. Feb 2006FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 8:00 PM, Alaska Time, 20 January, 2009 via fax (907) 384-7112 or email shirleyrush@us.army.mil. Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. (xvii) The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to above is for the Contractors information. For further information contact Shirley Rush at (907) 384-7104 or e-mail: shirleyrush@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a73782a8b41c2b2b5bc0ae1800b45908&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK<br />
- Zip Code: 99505-0525<br />
- Zip Code: 99505-0525<br />
- Record
- SN01734133-W 20090118/090116215726-a73782a8b41c2b2b5bc0ae1800b45908 (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 |