Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2012 FBO #3903
SOLICITATION NOTICE

48 -- Rotary Electric Actuators (Limitorque MX Actuator)

Notice Date
7/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333995 — Fluid Power Cylinder and Actuator Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700112Q0279
 
Response Due
8/6/2012
 
Archive Date
8/21/2012
 
Point of Contact
Ronnie Wilburn Jr 910-451-7854 Ronnie.wilburn@usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1. STATEMENT OF OBJECTIVE. Contracting Department MCIEAST, Camp Lejeune, is issuing Request for Quote (RFQ) M67001-12-Q-0279, for the procurement and delivery of (6) Limitorque MX Actuators 2. BASIS FOR AWARD. The basis of award is Lowest Priced Technically Acceptable. 3. PROCUREMENT APPROACH. This is a BRAND NAME or Equal to procurement. The manufacturer s name and part/model number have been provided to describe equipment deemed minimally capable of satisfying the Government s requirement. The Contractor s quoted product description shall reflect the characteristics and level of quality that will satisfy the Government s needs. The Government will issue a firm fixed price contract. It is the Government s intent to award this requirement on an all or none basis . This RFQ is 100% Set-Aside to Small Business. The North American Industry Classification System (NAICS) code is 33995 and the size standard is 500 employees for the requirement. 4. SCHEDULE OF ITEMS Item 0001: Limitorque MX Actuators (Mfg: Limitorque / Part No: MXa-10/STD/B4) QTY: 6 (six) 5. DELIVERY. The Government requests delivery four (4) weeks or better after receipt of order (ARO). The Contractor shall clearly state in their quote whether the Government's required delivery date can be met. 6. LOCATION. All items shall be delivered to Marine Corps Base, Camp Lejeune, NC, 28542. 7. PRICING. All quotes submitted shall be the Contractor s Best Pricing, on an FOB destination basis. The Government intends to make a single firm-fixed price (FFP) contract award, on an all or none basis, to satisfy this requirement. 8. EVALUATION. Responses to this RFQ will be evaluated and awarded based on: the Lowest Priced Technically Acceptable quote provided to the Government. Evaluation criteria are: (1) Quote must meet the brand name item or the minimum technical specifications equal to the brand name item being requested. The Government s minimum technical specifications are as follows: Removable Torque or Thrust bushing Modes of Operations: Motor and Manual Manual operation: Accomplished by the uses of a Handwheel and Declutch Lever. (Note: Declutch Lever shall be Padlockage to permit Motor operation only.) ABSOLUTE POSITION ENCODER WITH SENSING CIRCUITS: (With Built-in Self-Test) Note: Encoder shall measure valve position at all times ELECTRONIC TORQUE SENSOR: (Adjustment from 40 to 100% of rating in 1% increments) (APT) Analog Position Transmitter: Provide (4-20 Ma) signal that is proportional to valve position. (ATT) Analog Torque Transmitter: Provide (4-20 Ma) signal that is proportional to rate output torque. Monitor Relay: Shall trip when the actuator is not available for remote operation. o (Both N/O and N/C contacts to be included) LCD DISPLAY: Display valve position as percent of Open All calibrations of actuators shall be possible without removing any covers or uses of special tools. (ESD) Emergency Shut Down Provision shall be included in each actuator. To ensure technical compliance with the requirements, quotes shall include: a. The manufacturer's name and manufacturer s complete part numbers of items quoted. b. Include drawings, product literature, pictures, and description of all equal to quoted items. c. Clearly state whether the quoter can meet the requested delivery of four (4) weeks ARO or better. If requested delivery cannot be meet Contractor shall provide the best delivery date possible; d. Include the Contractor s commercial warranty information or better for each item. 9. WIDE AREA WORKFLOW. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense (DoD) web based software application called Wide Area Workflow- Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/ Acceptance documents electronically, and allows for complete visibility throughout the acceptance and payment process. The Website for registration is https://wawf.eb.mil. WAWF training can be accessed at http://www.wawftraining.com. 10. SUBMISSSION. This solicitation will be posted to NECO and FedBizOpps Quotes shall be submitted to the Contracting Department, by 12:00 PM EDST, 6 August 2012 to be considered for award. Quotes may be submitted via email to ronnie.wilburn@usmc.mil or via facsimile to 910-451-2332 Attn: Ronnie Wilburn Jr; or via courier to Contracting Department, Bldg 1116, Camp Lejeune, NC 28542. Submitted quotes must reflect unit prices, extended amounts and an overall order total. Any portion of the quote submitted separately via mail, fax, courier, email, or other shipment process shall still be received by 12:00 PM EST, 6 August 2012. Incomplete quotes will not be considered. It is solely the Contractor s responsibility to ensure quotes are received within the required timeframe. 9. POINT OF CONTACT. The Contract Specialist and P.O.C. for this requirement is Capt. Ronnie Wilburn and may be reached via email at ronnie.wilburn@usmc.mil or by phone at 910-451-7854.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700112Q0279/listing.html)
 
Place of Performance
Address: Bldg 1118, Ash Street, Camp Lejeune, NC
Zip Code: 28542
 
Record
SN02820414-W 20120801/120731000434-d5fdc2dc36da8efc14fe3985ad7646a0 (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.