Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1999 PSA#2388

Supply 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