SOLICITATION NOTICE
34 -- PROVIDE AND INSTALL TWO (2) EACH 208/220V/3 PHASE/60Hz MULTI-PLY CUTTING MACHINE, GERBER MODEL GT3250 (OR EQUAL) FOR TOBYHANNA ARMY DEPOT, TOBYHANNA PA
- Notice Date
- 11/4/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333518
— Other Metalworking Machinery Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC, Tobyhanna Depot Contracting Office, US Army C-E LCMC, Tobyhanna Depot Contracting Office, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
- ZIP Code
- 18466-5100
- Solicitation Number
- W25G1V-09-R-0003
- Response Due
- 12/1/2008
- Archive Date
- 1/30/2009
- Point of Contact
- JANE ALLARDYCE, (570)895-7645<br />
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-27. NAICS 333518, criteria 500 employees. Solicitation number is W25G1V-09-R-0003 and must be referenced in all correspondence. Simplified acquisition procedures at FAR Part 13.5 are being used. Any resultant contract shall be Firm, Fixed-Price, one award. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. DESCRIPTION OF REQUIREMENT: Contract Line Item (CLIN) 0001: Provide and Install two (2) Each 208/220V/3 phase/60Hz Multi-ply cutters, Gerber Model GT3250 (or Equal) to include: on-site installation; 12-month (2000 hour) extended warranty; standard cutting surface length; 24-hours operator training; 16-hours application training (two (2) consecutive days); Two (2) copies each of Operating Manuals, Parts Manuals, and Maintenance Manuals to be provided in hard copy format; Gerber Technology Cutworks Designer software (or equal) with two-user desk top license; and Pen Assembly SALIENT CHARACTERISTICS System Configuration: 1. Automatic knife re-sharpening 2. 1 inch compressed fabric height, maximum 3. 79 inch cutting width 4. 67 inch cutting length 5. 375 in./min. average throughput 6. 1,800 in./min. cutting speed, maximum 7. Automatic power conservation mode 8. 208V/3 Phase power requirement 9. Windows Operating System with Multitasking capability 10. Auto Cutter Setup utilizing preset configuration files 11. Variable Speed Knife Control to continuously monitor knife stroke speed relative to forward speed of cutting head 12. SMARTbite (Trademark of Gerber Technology), or equal, to automatically determine when the lay needs to be advanced and moves the cut parts to the integrated conveyorized take-off table and moves the uncut fabric into position 13. Auto power conservation mode 14. Auto knife sharpening 15. Work surface composed of Gerber Bristle Square (Registered Trademark of Gerber Technology), or equal, to permit knife penetration without dulling 16. Rack and Pinion carriage drive 17. 31 inch cutting table height 18. Motorized drill head 19. Auto Bristle Cleaner for cleaning the table using the integrated vacuum system Vacuum System: 1. Self-contained table with built-in vacuum system 2. Electric motor with low voltage start 3. Centrifugal vacuum generator 4. Electronically controlled valves 5. 75 db sound level 6. Zoned vacuum permits vacuum footprint to be altered on the table 7. Vacuum resealer Main Control Unit: 1. Operators Control Console 2. Windows-based PC control system 3. 15 inch flat screen display monitor and speaker 4. Real-time multiple cutter functions displayed 5. Networking capabilities 6. Diagnostics COR: Chris Hons, 570/895-6729 Acceptance and Delivery: FOB Destination, Tobyhanna Army Depot (TYAD), Tobyhanna, PA Delivery: 12 weeks after receipt of award. Proposal Requirements: Pricing must be provided for CLIN 0001. All offerors must address delivery, installation, training, documentation, and warranty. Offers or modifications to offers received at the address specified for receipt of offers after the exact time specified may not be considered. Parties interested in responding to Request For Proposal (RFP) are requested to complete a Standard Form (SF)1449 (available at http://www.forms.gov ), blocks 5, 12, 17a, 17b (as appropriate), 19 thru 24, 30a, 30b, and 30c; the offer must be signed by a company official authorized to contractually bind the company. Offerors shall include and complete the full text provision FAR 52.209-5, Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters; FAR 52.212-3 ALT I, Offeror Representations and Certifications --Commercial Items, completely filled out; as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil/ or http://www.arnet.gov. Offer shall include manufacturers technical specifications for multi-ply cutter proposed and past performance information pertaining to three (3) examples of sales of same or equal item to include customer name, phone number/e-mail, model supplied, dollar value of contract, and required/actual delivery. It is recommended that the completed SF1449 be Faxd (570-895-6782) or a signed, scanned SF1449 be sent electronically (e-mail) to jane.allardyce@us.army.mil. The proposal and supporting documentation should be submitted to be received by: 01 DECEMBER 2008 The following FAR clauses and provisions apply to this acquisition: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors Commercial Items, With Addendum; 52.212-2 EvaluationCommercial Items, fill in: (a) 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: Technical evaluation will be pass/fail based on technical review of information submitted by offeror; Past performance will be rated as to relevancy and quality of product and related services. Price is more important than past performance. Award may not necessarily be made to the firm who submits the lowest proposal. (b) 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. Before the offers specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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, which includes 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration; 52.215-5 Facsimile Proposals (FAX Number: (570) 895-6782); 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-6 Drug Free Workplace; 52.225-18 Place of Manufacture; 52.227-1 Authorization and Consent; 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement; 52.228-5 Insurance Work on a Government Installation, Liability: workers Compensation $100,000, Bodily Injury $500,000 per occurrence, Automobile Liability Insurance $200,000 per person and $500,000 per occurrence for Bodily Injury, $20,000 per occurrence for property damage; 52.229-4 Federal, State, and Local Taxes (State & Local Adjustments); 52.233-2 Service of Protest; 52.242-13 Bankruptcy; 52.243-1 Changes Fixed Price; 52.246-4 Inspection of Services Fixed Price; 52.247-34 F.O.B Destination; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; Clauses and Provisions Incorporated by Reference (Feb 1998) Full Text may be accessed electronically at this internet address http://farsite.hill.af.mil/ or http://www.arnet.gov/far. DFAR CLAUSES: 252.201-7000 Contracting Officers Representative; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A Central Contractor Registration; 252.204-7006 Billing Instructions; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.211-7003 Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, which includes 52.203-3, Gratuities; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014 Preference for Domestic Specialty Metals; 252.225-7021, Trade Agreements; 252.225-7036, Buy American ActFree Trade AgreementsBalance of Payments Program; 252.227-7015, Technical DataCommercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7013 Duty-Free Entry; 252.225-7020 Trade Agreements Certificate; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications The offeror will also be required in award to comply with TYAD local clauses for performance of on-site work at TYAD, Contract Administration, and payment under 52.0000-4956, Wide Area Workflow System, which will be included in any resultant contract. For a copy of the TYAD local clauses applicable to the award, E-mail jane.allardyce@us.army.mil/. Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c2a67eaecd84d763f630e714b4fb5eba&tab=core&_cview=1)
- Place of Performance
- Address: US Army C-E LCMC, Tobyhanna Depot Contracting Office ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA<br />
- Zip Code: 18466-5100<br />
- Zip Code: 18466-5100<br />
- Record
- SN01700421-W 20081106/081104214839-c2a67eaecd84d763f630e714b4fb5eba (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 |