SOLICITATION NOTICE
34 -- Metalworking Machinery
- Notice Date
- 8/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Logistics Command, M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700409T0272
- Response Due
- 8/31/2009
- Archive Date
- 10/31/2009
- Point of Contact
- Daniel Brooker 229-639-8183
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial supplies 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and Defense Acquisition Circular 91-13. The NAICS Code is 333512 and the small business size standard is 500 employees. MCLC, Albany, GA intends to negotiate a firm fixed price contract for the following: CLIN 0001: PRECISION LATHE WITH DIGITAL SPEED CONTROL, QTY: 1 EACH, *This requirement shall meet at a minimum the following equipment characteristics and specifications: Characteristics: 7.5 HP main drive motor with infinite vari-speed drive.Induction hardened and ground bed-ways.Hardened and ground spindle and gears.Forced lubrication to headstock.Camlock spindle nose for fast and safe chuck mounting.Low voltage operator controls.Safety foot brake.High performance low noise digital frequency inverter.Large LED digital spindle RPM display.Analog amp load meter.Standard Equipment4 way tool postThread dial indicator for inch measurements2 Dead centersSpindle taper reduction sleeveGap bed10" 3 jaw universal chuck10" Steady rest with roller jawsCoolant systemHalogen work lampMicrometer carriage stopDual dials (inch/metric)Full length rear splash guardPull out chip trayLeveling blocks and screwsTool boxOperational and parts manual (3 required) Specifications: Swing Over Bed 15-1/4"Swing Over Cross Slide 9-1/4"Swing in Gap 24"Distance Between Centers 50"Gap Width in Front of Faceplate 10.43"Spindle Nose (Camlock) D1-6Spindle Bore 2.2"Spindle Taper MT 6Tail Stock Taper MT 4Width of Bed 11"Vari Speed 25-2500 RPMSpeed Range (Steps) 4No. of Threads 45TPI Range 2-72Metric Threads 39Metric Range - Pitch 2 - 14mmLongitudinal Feeds (in) 0.00075 - 0.04Cross Feeds 0.0015 - 0.040Main Motor 7.5 HPVoltage +/- 5% 230, 3 Phase, 60 HzWeight - Approximately 3500 poundsSize (length x width x height) 101" x 44" x 67" Optional accessories required: 12" D1-6 Spindle Bison 4 jaw industrial lathe chuck 5C Air Collet Closer 1/16 - 1-1/8 x 32nds 5c Lyndex Collet Sets251-300 Series 300 Quick Change Tool holder 6 Pc. Set No. 4 MT with 3JT Jacobs Arbor Taper Attachment 450L 10" x 54" DRO w/CSS Anilam 2-Axis Lathe Kit Installation: Manufacturer Responsibilities: Shall provide a complete Precision Lathe with Digital Speed Control within 45 days ARO.Shall provide on-sight technical support for machine setup.Shall provide training for up to 3 people for 2 days.Shall provide a 3 year warranty on all parts and labor. *Note: Government shall provide a 220, 1 phase 60 Hz electrical circuit for connection of machine. This is a 100% small business set-a-side. The Offerors quote is to be for a firm-fixed price. Delivery FOB Destination to Marine Corps Logistics Base, Albany Ga. 31704-3019. Responsible sources may submit a proposal which shall be considered. NO TECHNICAL DRAWINGS ARE AVAILABLE. NOTE: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation; will be considered of best value to the Government. [The following factors shall be used to evaluate offers, listed in descending order of importance: Price, delivery time and past history performance.] The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offers-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.247-34 F.O.B. Destination; 252.204-7003 Control of Government Personnel Work Product; 252.211-7003 Item Identification and Valuation; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Incorporating 52.219-6 -- Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration;), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incorporating 252.203-7000 Re! quirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Transportation of Supplies by Sea Alt. III). The contractor shall extend to the Government the full coverage of a 3 year warranty on all parts and labor at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation - Commercial Items (Alt 1); with their offer incorporating 252.212-7000 Offeror Representations and Certifications-Commercial Items. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. CONTRACTORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTER AND WIDE AREA WORKFLOW (WAWF) TO BE CONSIDERED FOR AWARD. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at http://www.ccr.gov. The United States Marine Corps utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. If a change occurs in this requirement; only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 31 August 2009. All responsible business sources may submit a quote that will be considered by the Marine Corps Logistics Command Contracts Dept. Contract Specialist: Daniel Brooker, Email: daniel.brooker@usmc.mil, phone: 229-639-8183, fax: 229-639-6791. Address: P.O. DRAWER 43019 MCLC ALBANY GA. 31704-3019.See Numbered Note(s) 1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700409T0272/listing.html)
- Record
- SN01909784-W 20090814/090813001919-c9c5c25c57672774cf75de87ab392387 (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 |