Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2004 FBO #1033
SOLICITATION NOTICE

36 -- Boring Machine, Rottler Model F8M or equal, 1 each; Honing Machine, Rottler Model HP6A or equal, 1 each

Notice Date
9/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA-04-T-0058
 
Response Due
9/27/2004
 
Archive Date
11/26/2004
 
Small Business Set-Aside
Total Small Business
 
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; offers ar e being requested and a written solicitation will not be issued. Solicitation W911SA-04-T-0058 is issued as a request for quotation (RFQ). This solicitation is set aside for small businesses under NAICS 333512 with the small business size standard of 500 employees. CLIN 0001, HONING MACHINE, ROTTLER MODEL HP6A OR EQUAL, QTY 1 EACH. Price shall include delivery to Fort McCoy, WI. Product must be equal to or exceed the following specifications: Rottler power stroke automatic honing machine 1.5 inch to 7 .0 inch (38mm  180mm) dia honing range with optional hone heads, Model HP6A or equal. Standard equipment includes programmable automatic roughing and finishing load sensing system, automatic feed-out system, automatic controlled stock removal with .0002 inch resolution, automatic plateau finish program, automatic lower bore short stroke or dwell finish program, automatic brush finish program, infinitely variable stroke speed control, infinitely variable spindle RPM control, combination fixture for in-line and V-blocks with support parallels, stone tray with dial bore gage holder, 50 gal coolant system with magnetic separation, set leveling bolts, instruction manual, standard voltage 208 to 240VAC, 20 amps 50/60HZ 1PH, 67 inch x 77 inch x 96 inch. Optional equipment - 2 each synthetic coolant for use with diamond stones, 5 gal pail, PN 514-4-71C or equal. 50 each filter paper for standard coolant system, PN 514-7-66D or equal. 1 each precision heavy duty hone head assembly, 2.9 inch  5.0 inch dia, includ es 9 sets stone holders to cover 2.75 inch to 5 inch dia range, PN 514-9B or equal. 1 each stone holder, 3.000 to 3.312, set of 4, PN 514-9-6A or equal. 1 each stone holder, 3.250 to 3.562, set of 4, PN 514-9-6B or equal. 1 each stone holder, 3.500 to 3 .812, set of 4, PN 514-9-6C or equal. 1 each stone holder, 3.750 to 4.062, set of 4, PN 514-9-6D or equal. 1 each stone holder, 4.000 to 4.312, set of 4, PN 514-9-6E or equal. 4 each diamond stones, 325/400 grit, 3 inch, 24-30Ra, PN 514-9-14E or equal. 1 each diamond stones, 80 grit, 3 inch, 90Ra, stock removal .004-.007/min, PN 514-9-14F or equal. 1 each diamond stones, 140/170 grit, 3 inch, 50-75Ra, PN 514-9-14W or equal. 2 each brushes, 320 grit for plateau finishing, PN 514-9-14H or equal. CLIN 0 002, BORING MACHINE, ROTTLER MODEL F8M OR EQUAL, QTY 1 EACH. Price shall include delivery to Fort McCoy, WI. Product must be equal to or exceed the following specifications: Rottler variable speed cylinder boring machine, 3.25 to 5.00 inch bore range st andard, 1.5 to 9.0 inch with optional equipment, Model F8M or equal. 1 each V6/V8 60/90 degree V block fixture with air float and air clamping (includes 1 set of parallels 502-1-15C and block handler 502-1-95), PN 502-1-72F or equal. 1 each 5 inch parall el, PN 502-1-14B or equal. 1 each 5.2 inch parallel required for mounting leveling table and V6/V8 fixtures, PN 7219W or equal. 1 each mechanical run-out indicator assembly, PN 502-9-9A or equal. 1 each magnetic holding block assembly, PN 502-12-4 or eq ual. 1 each production cutterhead 3.250 inch to 5.0 inch for F8 series, PN 600-8-4L or equal. 3 each insert, triangular positive rake, 3/8 1/64 inch radius, general purpose and sleeving, PN RT321 or equal. 3 each insert, triangular positive rake, 3/8 1/ 32 inch radius, general purpose and sleeving, PN RT322 or equal. 3 each insert, triangular ? inch 1/64 radius, ? tri insert holders only, general purpose and sleeving, PN RT211 or equal. 3 each insert, triangular ? inch 1/32 radius, ? tri insert holders only, general purpose and sleeving, PN RT212 or equal. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Cir cular 2001-24. FAR and DFAR Provisions and Clauses may be accessed at http://farsite.hill/af/mil. The following provisions and clauses are applicable: 52.212-1 Instructions To Offerors Commercial Items. 52.212-3 Alt I Offeror Representations and Certificat ions Commercial Items. 52.212-4 Contract Terms And Conditions Commercial Items. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items and the additional FAR clauses that are applicable to the acquisiti on: 52.219-6, Total Small Business Set Aside; 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 Special Disa bled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.22 5-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisition s Of Commercial Items and includes the folowing DFARS clauses by reference: 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023, Alt III Transportation of S upplies by Sea. 252.225-7002 Qualifying Country Sources as Subs; 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate. In accordance with FAR 39.106, the contractor shall ensure the offered product and all informa tion technology (IT) contained therein shall be Year 2000 Compliant. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMAT ION: Solicitation number; offerors complete mailing and remittance addresses; discount terms; unit price and extended total prices; DUNS number; and COMPLETED FAR 52.212-3 Alt I and FAR 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Paym ents Program Certificate. Quotes and applicable literature must be received at ACA, Directorate of Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 1630 on 27 Sep 04. Person to contact for additional information regarding the R FQ is Kris Murray, Contracting Officer, (608)388-2702, fax (608)388-5950, kris.murray@us.army.mil.
 
Place of Performance
Address: ACA, Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN00679589-W 20040924/040922212313 (fbodaily.com)
 
Source
FedBizOpps.gov 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.