Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2008 FBO #2421
SOLICITATION NOTICE

44 -- 100 Ton laboratory Series Powder Compaction Press

Notice Date
7/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX08T0162
 
Response Due
7/21/2008
 
Archive Date
9/19/2008
 
Point of Contact
Jeanine Worthington, 410-278-6514
 
Small Business Set-Aside
Total Small Business
 
Description
(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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-08-T-0162. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26 (iv) This acquisition is set-aside for small business. The associated NAICS code is 333994 The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 100 TON LABORATORY SERIES POWDER COMPACTION PRESS QUANTITY OF ONE (1) UNIT OF ISSUE - EACH (vi) Description of requirements: Salient Characteristics 1)100 Ton (U.S. Tons) laboratory powder press, small size (less than 6 wide x 6 deep x 10 high) no foundation requirement 2)6 stroke, 6 maximum fill depth 3)Withdrawal-style Ejection System 4)480V, 3 Phase, 60 Hz. 5)Manual and single cycle operating modes 6)Electrical control system must be current state of the art (designed and built within the last 2 years) with readily available telephone support during normal business hours 7)Manually operated, open top design filler shoe system 8)One removable single level die set 9)Floating Die Table for uniform density of compacted part 10)Adjustable (ability of the equipment to be reconfigured depending on the height of the different dies for pressing different parts) top punch and fill position 11)Top and bottom punch retainer 12)Top Punch Hold Down 13)Compaction and Ejection Pressure Gauges 14)Tonnage Monitor 15)Powder Hopper with flexible hose linking to the Filler Shoe 16)Barrier Guard with Electrical Safety Interlock 17)Hydraulic System with obtainable off the shelf components 18)Press Operational and Safety Manual 19)Contractor shall provide training for two (2) days for 4 employees at the manufacturers site to include: layout blueprints, detailed blueprints, hands-on training on actual press, and production of parts with customer powder 20) Contractor shall provide on-site training at APG, MD for two (2) days for 4 employees in coordination with the Government Point of Contact. 21)F.O.B. Aberdeen Proving Ground, MD 21005-5069 (vii) Delivery is required by 60 days after receipt of order.. Delivery shall be made to Shipping and Receiving, Bldg. 434, Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed at the same location. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: none (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Proposals will be evaluated in three areas: (1) ability to meet salient characteristics (technical acceptability) and (2) past performance and (3) price. Areas 1 and 2 are of equal importance and when combined are more important than price. Price will not be scored but will be considered in the award decision on a best value basis. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Salient Characteristics (technical acceptability) - Evaluation will be based on the ability of the proposed product to meet the salient characteristics. Products must be clearly identified by manufacturer and model number and meet the salient characteristics listed. Failure to meet any of the salient characteristics may cause rejection of the offerors proposal. (2) Past Performance - Performance record of the proposed product in meeting technical specifications; the offerors ability to meet delivery schedules; the offerors record of servicing the proposed product (maintenance, product updates, warranty, etc.). Offerors must provide with their proposal at least two records of past sales of the proposed product (or similar products). Submit the company name of the customer and provide a point of contact and telephone number. Offerors are encouraged to submit with their proposal any correspondence with these companies that indicates quality of performance. (3) Price. CAUTION TO OFFERORS: The purchasing activity is not responsible for locating or securing any supporting information. Accordingly, to ensure that sufficient information is available, the offeror must furnish as part of its proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity (i) to determine whether the product offered meets the specifications of the Request for quotation; (ii) to establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award, and (iii) to evaluate the proposal in accordance with the evaluation criteria. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. b. The government reserves the right to award to other than the lowest price. The Government also reserves the right to make award without discussions or negotiations. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.219-14, Limitations on Subcontracting (Dec 1996), 52.222-3, Convict Labor (June 2003), 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003), 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005), 252.225-7012, Preference for Certain Domestic Commodities (JAN 2007), 252.232-7003, Electronic Submission of Payment Requests (MAR 2007), 252.247-7023, Transportation of Supplies by Sea (MAY 2002). (xiii) The following additional contract requirement(s) or terms and conditions apply: none (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: NA (xv) The following notes apply to this announcement: NONE (xvi)Offers are due on 7/21/2008, by 11:59 PM}, via e-amil to tami.hensley@arl.army.mil (xvii)For information regarding this solicitation, please contact tami.hensley@arl.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=89aa253b85fb5dfb52fadb5a8b745fa0&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN01612155-W 20080713/080711221057-89aa253b85fb5dfb52fadb5a8b745fa0 (fbodaily.com)
 
Source
FedBizOpps 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.