SOLICITATION NOTICE
34 -- Tube Bending Machine - RFQ
- Notice Date
- 9/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M2X31181A001
- Archive Date
- 9/23/2011
- Point of Contact
- Constance Ellard, Phone: 8439635162, Jacqueline Brown, Phone: (843) 963-5857
- E-Mail Address
-
constance.ellard@us.af.mil, jacqueline.brown.1@us.af.mil
(constance.ellard@us.af.mil, jacqueline.brown.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Tooling List RFQ COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M2X31181A001 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination solicitation synopsis that will used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective 4 August 2011. (iv) This acquisition is unrestricted. The associated NAICS code is 333319 with an 500 employee size standard. (v) Contractors shall submit a lump sum quote for Syncro Tube Bending Machine Model 220 or equal with accessories and tools identified in Attachment 1. All responsible sources may submit a quotation, which shall be considered. (See RFQ and Attachment 1- Tooling List). Salient Characteristics: 1. Bending Machine with Hydraulic Clamping, Hydraulic Bending, and Micro-processor Control for Semi-automatic Operation. 2. The machine offers three-axis controlled bending with one axis powered for the degree of bend (DOB). 3. Features required to precisely bend tubes with thin walls and are of a solid, sturdy design to also bend heavy-wall pipes. 4. Tube Capacity: 2.0" (51 mm) OD x.125" (3.18 mm) WT x 2D minimum CLR 5. Pipe Capacity: 1-1/2" IPS (1.900"; 49") x Schedule 40 (.145"; 3.68 mm) x 3D minimum CLR 35,000 psi ( 241 MPa) yield, 35% Elongation 6. Maximum Centerline Radius (CLR) of bend: 10.0" (254 mm) 7. Bend Arm Movement, max: 195° 8. Tube/Pipe Length over Mandrel: 10 Ft. (3.05 M) 9. Clamping: Hydraulic toggle type, Drop-away for Clamp Die, Direct acting for Pressure Die 10. Nominal System Voltage: 208 Volts / 3 phase / 60 Hz Controls voltage is 24 VDC for operator safety. 11. Swing Arm Safety Plate: Stops bending if any obstruction is encountered. Ensures operator safety. 12. Degree-of-Bend (DOB) Axis Definition: MOVEMENT - Hydraulic Powered, POSITION CONTROL - Controller Based, Programmable MEMORY - 100 Programs each of up to 10 bends. 13. Control System: Must be touch screen with quick programming specifically designed for bending and is logically laid out for proper bending sequencing. 14. The rail and carriage allows for mechanical presetting of up to 10 planes of bend (POB) and distance between bends (DBB). When in Synchro Mode, incorporated PLC will interlock all three axes (DOB, POB and DBB) to ensure correct tube alignment before bending can occur. 15. Operated in either manual mode (for prototype work) or semi-automatic and synchro modes (for production work) and has editing capabilities within the programs. 16. Two Stage Bending 17. Hydraulic-powered Pressure Die Assist 18. Drop-in tooling is self-aligning 19. Rail and self-centering Carriage Assembly must have disc stops for rotation and stops on rails for mechanical stops to ensure accurate location of bends. Assembly requires quick-release collet chuck with special lever-type collet closer to hold tube or pipe. 20. Hydraulic Mandrel Extractor 21. Automatic Mandrel Lubrication System 22. Wiper Die Bracket 23. Appearance Covers to enclose hydraulics 24. Pressure Die Assist 25. Mandel Rod Hollow 26. Tooling List (vi) F1M2X31181A001 - Syncro Tube Bending Machine Model 220 or equal with accessories and tools on Joint Base Charleston Air Force Base, South Carolina. (vii) FOB destination (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. Note: determine evaluation criteria and modify clause as required. 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 in the following relative order of importance: 1. Technical capability of the item offered to meet the Government requirement. 2. Price. The Government will evaluate the total price of the offer for the award purposes. Technical factors are significantly more important than price. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply • FAR 52.222-21 -Prohibition Of Segregated Facilities • FAR 52.222-26 Equal Opportunity • FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era • FAR 52.222-36 Affirmative Action for Workers With Disabilities • FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era • FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration • 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.211-6, Brand Name or Equal • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. • FAR 52.222-50, Combating Trafficking in Persons. • FAR 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR® Program or FEMP will be-(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally-controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. • FAR 52.225-13 Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.228-5 Insurance - Work on a Government Installation • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Ms Carolyn Choate, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0160, fax (618) 256-6668, e-mail: carolyn.choate@us.af.mil • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System (N/A) (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 8 September 2011 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M2X31181A001. (xvi) Address questions to Constance Ellard, Contract Specialist, at (843) 963-5162, fax (843) 963-5183, email constance.ellard@us.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email jacqueline.brown.1@us.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M2X31181A001/listing.html)
- Place of Performance
- Address: Joint Base Charleston, Joint Base Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Record
- SN02562236-W 20110904/110903000154-b044564645a7658a1fc5c62bc8c183d0 (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 |