Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2009 FBO #2610
SOLICITATION NOTICE

34 -- BRIDGEPORT MILLING MACHINE WITH 2J VARIABLE DRIVE HEAD(KNEE STYLE)WITH LISTED ACCESSORIES OR EQUAL

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-0013
 
Response Due
1/21/2009
 
Archive Date
3/22/2009
 
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 W91LE9014B059. (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 (15) 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 Within 30 days of receipt of order. CLINS: DESCRIPTIONQUANTITY 0001 Series 1 Milling Machine with 2J Variable-Drive Head Machine Type: Knee Style 1 0002Manual Machine Vises Type: Anglock and Positive Locking Vise Jaw Width: 6 In., 1 6 Jaw Heights: 1-1/2 Jaw Opening: 7.500 In., 7-1/2 Width: 6 Overall Lengths: 18.750 In., 16-3/4 Height: 4.610 In. 0003Machine Vise Accessories Type: Swivel Base For Use With: Kurt D675 Vise 1 0004Precision 3-Axis CNC Mills Type: R8 Inside Diameter Range: 1/8 - 7/8 1 0005Accessories - Collets Type: R8 Collet Tool Tray For Use With: R8 Collet 1 Material: Aluminum Casting 0006The Chip master Type: Chip Master Taper Type: Bridgeport Type Mills 1 OR EQUAL 0007Quill Feed Speed - Levers & Handles Type: Quill-Feed Speed Handle Bore 1 Size: 1 For Use With: Bridgeport OR EQUAL 0008Stops - Milling Heads & Milling Machine Access. Type: Quill Stop For Use1 With: Bridgeport Type Mills OR EQUAL 0009Drawbar Hammer Type: Drawbar Hammer For Use With: Loosening Drawbars 1 0010Way Covers - Milling Heads & Milling Machine Access. Type: Front & Rear 1 Length: Front: 15, Rear: 30 Width: Front: 15, Rear: 15 0011Safety Glasses - Eye Protection Type: Visitor Specs Trade Name: Yukon Lens1 Color: Clear Lens Coating: Scratch Resistant Frame Color: Clear Frame Material: Plastic Adjustable Temples: No OR EQUAL 0012Anti Fatigue - Matting Type: Mat Matting Style: Anti-Fatigue/Drainage 1 Environment: Wet & Dry Areas Width: 2-1/2 Length Ft.: 4 Surface Material: PVC Color: Black Trade Name: Comfort Deck Series: 460 OR EQUAL 0013Lights W/arms - Task/machine & Work Lighting Lamp Included: Yes 1 Base: Clamp-On Arm Style: Articulated Reach: 30 Type of Lamp: Incandescent Wattage: 60 Color: Gray 0014Lights W/arms - Task/machine & Work Lighting Lamp Included: No Base: 1 Coupler Base Arm Style: Gooseneck-Flexible Reach: 18 Type of Lamp: Incandescent Uses Lamp Type: 100 Watt-Incandescent or Halogen Wattage. 0015Sets - Clamping Components Type: Step Block and Clamp Set Number of Pieces: 1 52 Material: Steel Stud Thread Size: 1/2-13 T-Slot Size: 5/8 T-slot Nut Width: 1 (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. All 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/ (xi) NA (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 2:00 PM, Alaska Time, 21 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=8b5f270672b6ded7211237e41be4262a&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 />
 
Record
SN01734228-W 20090118/090116215906-8b5f270672b6ded7211237e41be4262a (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.