Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9,1998 PSA#2008

NASA/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