Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2014 FBO #4680
SOLICITATION NOTICE

99 -- Cable/Wire Stripping Machines

Notice Date
9/15/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-14-T-0010
 
Response Due
9/19/2014
 
Archive Date
11/14/2014
 
Point of Contact
Beth Chapman, 757-878-4827
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(beth.k.chapman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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. The Aviation Applied Technology Directorate (AATD) Contracting Division, Army Contracting Command, intends to award a firm-fixed-price contract. 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is W911W6-14-T-0010 and is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The applicable North American Industry Classification Standard (NAICS) code is 333999. The small business size standard is 500. The proposed contract action, a commercial item purchase order in accordance with FAR Part 13, Simplified Acquisition Procedures, is for procurement of the following four (4) contract line items: I. one (1) Cable/Wire Stripping Machine with the following capabilities: bench top semi-automatic; programmable stripping machine designed to perform both single and multiple stage strips; processing designed for a wide range of wires and cables such as coaxial and multi-conductor cables, even with very thin and tough or slightly out-of-round insulations, with a maximum outside diameter of 15 mm (0.59'') at a maximum stripping length of 85 mm (3.35 quote mark ); strip, at a minimum, solid wire, cable, discrete wire, stranded wire, multi-conductor cable, single conductor cable, wire, triaxial cable, coaxial cable, rubber, PVC, PUR, Tefzel, Teflon, Paper/Cardboard, and Kapton; must have processing capabilities, at a minimum, stripping, wire list processing, coaxial cable processing, jacket stripping, multiple strip, multiple step, and multiple layer stripping; maximum cable diameter not less than 15 mm (0.59 quote mark ); diameter increments not greater than 0.01 mm (0.001 quote mark ); maximum stripping length not less than 85 mm (3.35 quote mark ); stripping length increments not greater than 0.01 mm (0.001 quote mark ); motor driven cable clamping with programmable clamping force; no less than 9 stripping steps; programmable processing parameters to include, but not limited to, pull-off with or without rotation of the stripping head, pull-off speed, stripping lengths partial strip, stripping lengths full strip, extra spin time of the stripping head, spindle direction of the stripping head, rotational speed of the stripping head, stripping diameter, stripping position, freely selectable stripping sequence, wayback (opens blades slightly before pulling off), feed rate of the stripping blades, and cable clamping force; must be able to strip very thin and tough insulations and must have wire list processing, diagnostics features, and password protection with different user levels. II. one (1) Cable/Wire Stripping Machine with the following capabilities: bench top programmable stripping machine strips wires ranging in size from 0.03 - 6 mm (32 - 10 AWG) and jacketed cables up to 5.5 mm (0.22 quote mark ) in diameter; no mechanical adjustments required when changing wire sizes; touch screen user interface with intuitive simple programming; sensitive trigger sensor for small, flexible wires; strip inner conductors of jacketed cables with short break out length; preprogrammed cable library; programmable processing parameters to include, but not limited to, jacket pull-off speed, stripping lengths partial and full strip, extra spin time of the stripping head, stripping diameter, stripping position, wayback (opens blades slightly before pulling off), feed rate of the stripping blades, and cable clamping force; stripping length increments not greater than 0.1 mm (0.01 quote mark ); diameter increments not greater than 0.01 mm (0.001 quote mark ); maximum wire diameter not less than 5.5 mm (0.22 quote mark ); maximum stripping length not less than 46 mm (1.81 quote mark ); stripping length plus pull-off length must be not less than 53.4 mm (2.1 quote mark ); maximum strip length not less than 26 mm (1.02 quote mark ); stripping length plus pull-off length must be less than 53.4 mm (2.1 quote mark ); cycle time not greater than 0.35 seconds for a 0.75 mm (18 AWG) wire, stripping length 10 mm (0.39 quote mark ), and pull-off length 5 mm(0.19 quote mark ); strip, at a minimum, discrete wire, solid wire, stranded wire, single conductor cable, wire, cable, rubber, Kapton, PUR, PVC, Teflon, Tefzel, and multi-conductor cable; III. one (1) Consumable Kit (Carbide Titanium Blade Screw); and IV. 12-month standard warranty on machines. Shipping charges shall be included in the quote. Delivery, Inspection, Acceptance and F.O.B. Point are Destination, Fort Eustis, VA 23604. Delivery shall not exceed six (6) weeks after receipt of order. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items Alternate I, with their offer. Clauses incorporated by reference include FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252-204-0001, Line Item Specific--Single Funding; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.211-7008, Use of Government-Assigned Serial Numbers; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.244-7001--Alternate I, Contractor Purchasing System Administration; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance Systems; DFARS 252.247-7023, Transportation of Supplies by Sea; and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 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; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 52.233-3, Protest after Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Pursuant to FAR 15.101-2, lowest price technically acceptable, acceptability will be evaluated based on the criteria listed above. The successful offeror must submit their invoices through the Wide Area WorkFlow Web site http://wawf.eb.mil. Also, all prospective offerors must be actively registered in the System for Award Management (SAM) Web site www.sam.gov prior to award. Quotations are due not later than September 19, 2014, 12:00 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Beth Chapman, Army Contracting Command, CCAM-RDT, 401 Lee Boulevard, Fort Eustis, Virginia 23604-5577 by mail or by email at beth.k.chapman.civ@mail.mil. Point of contact is Beth Chapman at (757) 878-4827.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb5404e5110f11a179345a983ded6476)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: CCAM-RDT, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN03511406-W 20140917/140915235655-cb5404e5110f11a179345a983ded6476 (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.