|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9,1998 PSA#2008NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 J -- REPAIR/CALIBRATE ONE YCM-60 SUPERMAX (MNFG/N 02038) CNC MACHINE
BACK TO OEM SPECIFICATION SOL 1-168-GJCI.2009 DUE 012398 POC Kimberly
D. Duncan, Purchasing Agent, Phone (757) 864-3566, Fax (757) 864-8863,
Email k.d.duncan@larc.nasa.gov -- Joan Y. Crepps, Contracting Officer,
Phone (757)-864-2521, Fax (757) 864-8863, Email
J.Y.CREPPS@larc.nasa.gov WEB: Click here for the latest information
about this notice,
http://procurement.nasa.gov/EPS/LaRC/date.html#1-168-GJCI.2009. E-MAIL:
Kimberly D. Duncan, k.d.duncan@larc.nasa.gov. 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; quotes are being requested and a written
solicitation will not be issued. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP). Repair/Calibrate One
YCM-60 Supermax CNC Machine Back to OEM Specifications. The Contractor
shall provide all materials, services, parts, and effort needed to
return one Government owned Supermax vertical mill, YCM-60, manufacture
number 02038, purchased in 1986 and located at NASA Langley Research
Center, in Building 1238B Room 100, to the manufacturer s original
operating tolerances or better. The YCM-60 is currently fully
operational and the current laser calibration report is available upon
request. The disassembly and refitting of machine components may be
performed on site. Some components may be shipped to a contractor for
reconditioning. If the machine remains on sight, the government will
assist the contractor in disconnecting and reconnecting of electrical
components and with rigging support; should components being repaired
require shipping, the Government will assist in crating of the
components. The Contractor shall be responsible for the proper actions
regarding disconnecting, labeling and re-connecting the hydraulic
lines. The Contractor shall provide all measuring, calibration, and
test equipment; said equipment shall have been calibrated within the
last 12 months prior to the use thereof. This machine has an overall
travel in the X, Y, and Z-axis of 35 inches by 18 inches by 6.5 inches
respectively, with knee travel of 17 inches and ram travel of 18
inches. It is equipped with a 3.7 kilowatt AC motor, Allen Bradley
Bandit IV controller (8400 MP revision H software), a QC40 tool holder,
Yaskawa Electric spindle motor, Hsieh Shing knee motor, air impact draw
bar and Baldor Servo ProductsBig MHO servo motors. It is not equipped
with an automatic tool changer. The provisions and clauses in the RFQ
are those in effect through FAC 97-02 This procurement is a total small
business set-aside. See Note 1. The SIC code and the small business
size standard for this procurement are 3541 and 500 employees,
respectively. The quoter shall state in their quotation their size
status for this procurement. All qualified responsible business sources
may submit a quotation which shall be considered by the Agency.
Delivery to NASA Langley Research Center is required within 90 days
ARO. Delivery shall be FOB Destination. The DPAS rating for this
procurement is DO-C9. Quotations for the items(s) described above may
be mailed or faxed to the identified point of contact by the date/time
specified and include, solicitation number, FOB destination to this
Center, 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. Quoters are encouraged to use the
Standard Form 1449, Solicitation/Contract/Order for Commercial Items
form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1. If the end product(s) quoted is other than domestic end
product(s) as defined in the clause entitled "Buy American Act --
Supplies," the quoter shall so state and shall list the country of
origin. The Representations and Certifications required by FAR 52.2l2-3
may be obtained via the internet at URL:
ftp://procure.msfc.nasa.gov/pub/reps_certs/sats FAR 52.212-4 is
applicable. Addenda to FAR 52.212-4 are as follows: 52.219-6,
52.227-14, and 1852.215-84 FAR 52.212-5 is applicable and the following
identified clauses are incorporated by reference.52.222-26, 52.222-35,
52.222-36, 52.222-37, 52.225-3, 52.225-18, 52.225-21, Alt. 1, 52.239-1
Questions regarding thisacquisition must be submitted in writing no
later than January 20, 1998. Prospective quoters shall contact Kim
Duncan at fax no. 757-864-8863 or email k.d.duncan@larc.nasa.gov for
complete RFQ package. Quotations are due by 2:00 p.m., local time,
January 23, 1998, to the address specified above. Selection and award
will be made (on an aggregate basis) to the lowest priced, technically
acceptable quoter. Technical acceptability will be determined by
information submitted by the quoter providing a description in
sufficient detail to show that the product quoted meets the
Government's requirement. Quoters must provide copies of the provision
at 52.212-3, Offeror Representation and Certifications -- Commercial
Items with their quote. See above for where to obtain copies of the
form via the Internet. An ombudsman has been appointed -- See Internet
Note "B". Prospective quoters shall notify this office of their intent
to submit a quotation. It is the quoter's responsibility to monitor
this site for the release of amendments (if any). Potential quoters
will be responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). (0007) Loren Data Corp. http://www.ld.com (SYN# 0047 19980109\J-0013.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|