Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2012 FBO #3772
SOLICITATION NOTICE

34 -- PRODUCTION BAND SAW

Notice Date
3/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-12-Q-61007
 
Archive Date
4/6/2012
 
Point of Contact
Lechert, Phone: 4107626920
 
E-Mail Address
Kathleen.M.Lechert@uscg.mil
(Kathleen.M.Lechert@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-12-Q-61007 applies, and is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57, effective March 2012. (iv) It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. The North American Industry Classification System (NAICS) code is 333512 for this requirement. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply these parts and services. The U.S. Coast Guard Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. Award will be made on an all or none basis and lowest technically acceptable price. (v) The United States Coast Guard Engineering Logistics Center has a requirement for the following items: ITEM NO. 0001: SPARTAN BY MARVEL PRODUCTION BAND SAW OR EQUAL CUTTING CAPACITY; ROUND STOCK 18" DIA, RECTANGLE 18" X 20" SAW BLADE DIMENSIONS (1 X T X W) 17'11" X 1.5" X.050", SPEED 65-330 FT./MINIMUM MOTORS BLADE DRIVE 10HP INVERTER, HYDRAULIC PUMP 2HP, COOLANT PUMP.25HP MACHINE DIMENSIONS (W X L X H) 9'3" x 7'2" x 5'6" TABLE HEIGHT 28" MACHINE WEIGHT 8,000 LBS, WORK LOAD CAPACITY 7,250 LBS., INDEX LENGTH 20" SINGLE STROKE REMNANT LENGTH 3" STANDARD FEATURES; CHIP AUGER, PLC, WORK LIGHT, 2 YEAR WARRANT TO INCLUDE; 10 BLADES, LEVEL AND INSTALLATION AND TRAINING MARKET RESEARCH # 1109040. QUANTITY: 1 EACH UNIT PRICE: DELIVERY DATE: REQUIRED DELIVERY DATE ON OR BEFORE: 07/31/12 PART NO. PA460-HD OR EQUAL (vi) ITEM NO. 0002: VARIABLE VISE PRESSURE OR EQUAL, BUT MUST WORK WITH ITEM 1. HYDRAULIC CLAMPING PRESSURE TO WORK HOLDING JAWS, CAN BE ADJUSTED AS REQUIRED TO HOLD SOLID OR THIN WALL MATERIAL ALLOWING THE PIECE TO BE HELD SECURELY AND WITHOUT DISTORTION. MUST BE SPECIFIED ON ORIGINAL ORDER. MARKET RESEARCH # 1109040. QUANTITY: 1 EACH UNIT PRICE: DELIVERY DATE: REQIUIRED DELIVERY DATE ON OR BEFORE: 07/31/12 PART NO. PA460/M9A OR EQUAL TECHNICAL QUESTIONS MAY BE DIRECTED TO MR. MELVIN DASH VIA EMAIL AT MELVIN.DASH@USCG.MIL OR WAYNE DARNEY AT JOSEPH.W.DARNEY@USCG.MIL. ALTERNATE PARTS MUST MEET THE BELOW SALIENT CHARACTERISTICS: HEAVY DUTY POST STYLE HORIZONTAL N/C CONTROLLED BANDSAW 1. 18" DIAMETER CAPACITY 2. HYDRAULIC BLADE TENSION 3. VARIABLE SPEED RANGE FOR OPTIMUM CUTTING OF A VARIETY OF MATERIALS 4. HYDRAULIC DOWN FEED 5. N/C INDEXED HYDRAULIC STOCK FEED 6. 460 VOLT ELECTRICAL SYSTEM 7. PROGRAMMABLE N/C CONTROL 8. WORK LIGHT 9. AUTOMATIC CHIP REMOVAL 10. COLLANT SYSTEM 11. VARIABLE VISE PRESSURE 12. MINIMUM 2 YEAR WARRANTY 13. MANUFACTURERS SERVICE TECHNICIANS AVAILABLE FOR REPAIRS/TECHNICAL SUPPORT 14. SET UP 15. TRAINING. PLEASE SEE THE BRAND NAME OR EQUAL CLAUSE BELOW. 52.211-6 -- Brand Name or Equal As prescribed in 11.107(a), insert the following provision: 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (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 obtaining 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. MARKING REQUIREMENTS: ALL PACKAGES, BOXES OR CONTAINERS SHALL BE CLEARLY MARKED/LABELED IN CLEAR LETTERING WITH THE PURCHASE ORDER/CONTRACT NUMBER. PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 88 - Receiving Room, Baltimore, MD 21226. QUOTE PRICES: FOB DESTINATION. PREPARATION FOR DELIVERY: All material shipped to the U.S. Coast Guard Surface Forces Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226 on a purchase order must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to destination. Package shall also provide adequate protection for warehouse storage and multiple shipments. All shipments shall have the purchase order number. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 PM. GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to reservation/packaging, packing and marking requirements. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman. Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester's concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: COMMANDANT (CG-9131) U S COAST GUARD OMBUDSMAN PROGRAM FOR AGENCY PROTESTS 2100 2ND ST SW STOP 7112 WASHINGTON DC 20593-7112 The Ombudsman Hotline telephone number is 202.372.3695. (vii) The following FAR clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml. (viii) FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, and Delivery information,. (7) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order 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 shall be used to evaluate offers: Price: The Government will evaluate offers based on best value. Technical Capability: Authorized OEM Distributor. Delivery Time: Delivery time and technical ability is more important than price. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2012) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Mar 2012) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub.L. 109-282)(31 U.S.C. 6101note). (2) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011) of 52.219-6. (iii) Alternate II (Nov 2011) of 52.219-6. (3) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). (4) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (5) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (6) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (7) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (8) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (9) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (10) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (11) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (xiii) Quotes are due by, 05 April 2012 @ 12:00 PM EST. Quotes may be emailed to kathleen.m.lechert@uscg.mil. Contractors are responsible for verifying receipt of quotes. (xiv) POC is Kathy Lechert, Purchasing Agent, 410-762-6920.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-61007/listing.html)
 
Record
SN02702645-W 20120323/120321235912-3e8edbf03ef6c7f697286d9c9d989369 (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.