|
COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1999 PSA#2388Supply Directorate, Contracting Department, PSC Box 8018, MCAS, Cherry
Point, NC 28533-0018 34 -- 4-AXIS HORIZONTAL MACHINING CENTER SOL M00146-99-Q-9023 DUE
071999 POC Contact Point, Sherry Kelly, Contract Specialist, (252)
466-7765 or Jo Knowles, Procurement Technician, (252) 466-2844, Fax
(252) 466-3571 The Naval Aviation Depot, MCAS, Cherry Point, NC has a
requirement for a 4-Axis Horizontal Machining Center, Model FA630, with
numeric controller and accessories. i) This 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. (ii) This solicitation number is
M00146-99-Q-9023. The solicitation document is issued as a Request for
Quotation (RFQ). (iii) The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-11 and Defense Acquisition Circular 91-13. (iv) The
Standard Industrial Code is 3541 with a corresponding size standard of
500. (v) The 4-Axis Horizontal Machining Center will be procured on a
sole source basis under Federal Supply Schedule 32/34. It is intended
that only one contract will be awarded for all items. The following
items have been identified as open market and must be compatible with
Toyoda, Model FA630 4-Axis Horizontal Machining Center. Clin 0001 8
Digit Tool Code, Model M30, Qty 1 ea. Clin 0002 Air Conditioning Unit
for Controller, Qty 1 ea. Clin 0003 Reinshaw with Probe, Model MP10,
Qty 1 ea. Clin 0004 9 inch Riser Plate, Model U75-11114001-0, Qty 1 ea.
Clin 0005 6 inch Riser Plate, Model U75-11114002-0, Qty 1 ea. Clin 0006
Tooling Plate, Model U75-11114003-0, Qty 2 ea. Clin 0007 Block Column,
Model U75-11114004-0, Qty 1 ea. Clin 0008 Calibration Fixture
(Standard and Pallet), Qty 1 ea. Clin 0009 Transformer, Model FA603-T,
Qty 1 ea. Clin 0010 Air Dryer/Filter, Qty 1 ea. Clin 0011 Parlec
Tooling Package, Model TP-2, Qty 1 ea. Clin 0012 Runoff Test at
manufacturer's plant in accordance with National Aeronautics Standard
979. Performance tests shall be made during acceptance testing at the
manufacturer's plant (Japan) before shipment. The contractor shall
notify the Government's point of contact at least five weeks in advance
of this preliminary testing, Qty 1 ea. Clin 0013 Runoff Test at
Destination (NADEP, MCAS, Cherry Point, NC) after installation in
accordance with National Aeronautics Standard 979, Qty 1 ea. (vi) FOB
Point: Destination to MCAS, Cherry Point, NC 28533. Delivery shall be
within 180 days ARO. (vii) Inspection shall consist of quality
assurance at point of manufacture and/or assembly and check/test prior
to shipment in accordance with National Aeronautical Standard 979.
Final inspection and acceptance shall be made at Destination by the
requiring activity within 15 working days after receipt and
verification of installation and startup. (viii) The following clauses
and provisions shall apply to this solicitation: FAR 52.212-1,
Instructions to Offerors-Commercial Items; FAR 52.212-2,
Evaluation-Commercial Items applies. Evaluation criteria to be included
in paragraph (a) are(in descending order of importance): (1) Best Value
based on technical capability of the item offered to meet the
government's requirements, (2) Past Performance (offerors shall submit
evidence of having produced and sold comparable units with indication
of performance success), and (3) price. Technical capability,
compatibility, and past performance evaluation factors, when combined,
are significantly more important than cost or price. Offerors are to
include a completed copy of the provisions at FAR 52.212-3 and DFARS
252.212-7000 with their proposal. FAR 52.212-4, Contract Terms and
Conditions. FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statues or Executive Orders -- Commercial Items applies with
the following FAR clauses in paragraph (b) which will aplly to the
resultant contract: 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.247-64 and paragraphs (a), (d), (e). DFAR 252.212-7001, Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items applies with the
following clauses in paragraph (b) which will apply to the resulant
contract: 252.225-7007, 252.225-7036, 252.227-7015, 252.227-7037,
252.243-7002, and 252.247-7024 and paragraphs (a) and (c). FAR
52.214-21, Descriptive Literature. FAR 52.215-20, Requirement for Cost
or Pricing Data or Information Other Than Cost or Pricing Data
applies. Information other than cost or pricing data is acceptable. At
a minimum, the offeror shall submit information on prices at which the
same items or similar items have previously been sold in the commercial
market which would be adequate for evaluating the reasonableness of the
price for this acquisition. FAR 52.232-33, Mandatory Information for
Electronics Funds Transfer Payment applies. Effective 01 March 1998,
all contractors must be registered in the Central Contractor
Registration (CCR) database as a condition of contract award.
Contractors may register at http://www/acq/osd.mil/ec or call the DoD
Electronic Commerce Information center at 800-334-3414. Offerors must
acquaint themselves with the regulations concerning Commercial Items
acquisition contained at FAR Subpart 12 and must ensure that all
Representations and Certifications are completed and returned as called
for in this solicitiation. Offerors not in possession of the above
referenced provisions and clauses in full text may obtain them at
http://www.deskbook.osd.mil. Responses to this solicitation are due by
COB 19 July 1999 and must be mailed to Contracting Department, Supply
MCAS, PSC Box 8018, Cherry Point, NC 28533-0018. Offer must be in
writing. Solicitation number must be referenced on proposal. Oral or
facsmimile offers will not be accepted. For questions regarding this
solicitation, contact Sherry Kelly at 252-466-7765. See Numbered Note
22.**** Posted 07/13/99 (W-SN353180). (0194) Loren Data Corp. http://www.ld.com (SYN# 0278 19990715\34-0003.SOL)
34 - Metalworking Machinery Index Page
|
|