SOLICITATION NOTICE
34 -- WIRE EDM MACHINE
- Notice Date
- 6/26/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC14518366Q
- Response Due
- 7/11/2014
- Archive Date
- 6/26/2015
- Point of Contact
- Amy L McNelis, Student Intern, Phone 216-433-2756, Fax 216-433-8560, Email Amy.L.McNelis@nasa.gov - Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-2480, Email sandra.a.brickner@nasa.gov
- E-Mail Address
-
Amy L McNelis
(Amy.L.McNelis@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a combined 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. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. NASA/GRC requires a new Linear Motor Drive Wire-Cut EDM Machine. This requirement must include an L-Cut Wire Chopper as well as provide a 3 year warranty that includes preventative maintenance. Below are the specifications for the Linear Motor Drive Wire-Cut EDM Machine: -- Unit must fit into an area no greater than 115 X 115. -- Flat linear motor drives in X, Y, U, and V axes. -- Ceramic table, arms and components in work tank. -- Windows based PC control -- Needs to be fully compatible with all other Sodick controllers and all existing Sodick Programs that NASA Glenn uses. -- Fine Filter System -- Touch Screen 15 monitor -- Remote control for operation -- Wire diameter of 0.004- 0.012 -- Wire tip disposal unit. -- 100 gallon dielectric system with chiller -- Ef fine finish anti-electrolysis circuitry. -- A jog speed up to 94.5 IPM -- 10 year accuracy guarantee -- Counter lever drop door -- 4 sided work table -- Flash disk memory -- USB and LAN connections -- Minimum work tank of 31.5 x 25.5 -- Advanced corner control -- Seal plate flushing function -- 118 IPM rapid feed rate NASA/GRC plans to trade-in one (1) used 2011 Sodick A320 Wire EDM and would like the trade-in value to be reflected in the quote if possible. The provisions and clauses in the RFQ are those in effect through FAC 2005-73. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333517, 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135 is required 5 weeks after receipt of order. Offers for the items(s) described above are due by 4:30pm EST on 07/11/2014 to NASA Glenn Research Center, Attn: Amy McNelis MS 60-1, 21000 Brookpark Road, Cleveland OH 44135 or via email to: Amy.L.McNelis@nasa.gov and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEP 2013), Contract Terms and Conditions-Commercial Items, 52.245-100 Capital Asset Acquisition (SEP 2009), and 52.247-32 F.o.b. Origin, Freight Prepaid. (FEB 2006) is applicable. Addenda to FAR 52.212-4 are as follows: 1852.215-84 Ombudsman (OCT 2011), 1852.223-72 Safety and Health (Short Form) (APR 2002), 1852.225-70 Export Licenses (FEB 2000), 1852.237-73 Release of Sensitive Information (JUN 2005) FAR 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6 (With Alt 1) Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation and First-Subcontractor Awards, 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations,52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-19, Child Labor--Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26Equal Opportunity, 52.222-35 Equal Opportunity Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Veterans, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act,52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving, 52.225-1, Buy American Act - Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Amy McNelis not later than 07/07/2014. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http: //farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi- bin/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC14518366Q/listing.html)
- Record
- SN03408171-W 20140628/140626235647-979c215bcdbed771dc8116193de377bd (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 |