SOLICITATION NOTICE
34 -- Engine Lathes
- Notice Date
- 7/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 74 C Street, Herlong, CA 96113
- ZIP Code
- 96113
- Solicitation Number
- W912GY12T0057
- Response Due
- 7/30/2012
- Archive Date
- 1/26/2013
- Point of Contact
- Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
- E-Mail Address
-
clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- 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.The solicitation number is W912GY12T0057 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 333512 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-07-30 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Herlong, CA 96113 The WRN - Sierra requires the following items, Meet or Exceed, to the following: LI 001, NSN: 3416-01-030-8195 Engine lathe, floor mounting, AC, standard duty performance, general purpose, screw design, 1.5HP, solid bed, 1 electric motor, 12 spindle speed, spindle speed range +53.0/+1800.0, 13" rated swing, 13" actual swing over bed, 7.750" swing over cross bed, 48 thread change, step cone pully back geared headstock drive, 3 morse headstock center taper size designator, 1.375" hole diameter through spindle, 1 carriage, hand and power carriage longitudinal feed operation method, hand and power carriage cross feed operation method, 48 carriage feed change, quick gear change type, +4.0/+80.0 per inch thread quantity range, 115.0 and 230.0 voltage in volts, single phase, 60.0 frequency in hertz, 1400lb max net WT of lathe, floor cabinet designed for stowage of all accessories. Accessories and components: 2 number 3 morse taper lathe centers, 3 chucks, 1 flexible rubber collet set, 5 bent tail dog lathes, 1 dog lathe, 1 drive plate, 1 faceplate, 1 metric transposing gear lathe, 1 boring bar cutting tool holder, 3 cutting-off cutting tool holders, 3 turning cutting tool holders, 1 v-form threading tool holder, 1 knurling tool, 4 collet plugs, 2 lathe rests, 1 lathe center sleeve, 1 micrometer lathe carriage stop, 1 telescopic lathe tapep attachment., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, WRN - Sierra intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. WRN - Sierra is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. To implement DFARS 252.232-7003, "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS", Sierra Army Depot uses Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track invoices and receipt/acceptance documents electronically. The contractor is required to use WAWF-RA when processing invoices and receiving reports under this order. Submission of hard copy DD250/invoices will no longer be accepted for payment. The contractor shall register to use WAWF-RA at https://wawf.eb.mil. There is no charge to use WAWF. All questions relating to system setup and vendor training can be directed to the help desk at Ogden, UT. Their number is 1-866-618-5988. Web-based training for WAWF is also available at http://www.wawftraining.com IMPORTANT INFORMATION: PLEASE SUBMIT YOUR INVOICE/RECEIVING REPORT IN WAWF WHEN YOU SHIP YOUR ITEMS. WE HAVE NOTHING TO RECEIVE YOUR SHIPMENT AGAINST IF THE INFORMATION HAS NOT BEEN SUBMITTED IN WAWF WHEN YOUR DELIVERY ARRIVES. INCLUDE THE PURCHASE REQUEST NUMBER IN THE LINE ITEM DESCRIPTION. YOU WILL FIND IT UNDER THE LINE ITEM DESCRIPTION ON THIS ORDER. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF. *Required Fields in WAWF [X] Invoice and Receiving Report (Combo) [X] Contractor CAGE Code* [X] Pay DoDAAC*: HQ0303 [X] Issue DoDAAC: W912GY [X] Admin DoDAAC*: W912GY [X] Inspect by DoDAAC*: W62G2W [X] Contracting Officer*: W912GY [X] Ship To Code*: W62G2W Contractor: WAWF will prompt asking for "additional e-mail submission" after clicking "SIGNATURE". The paying office DoDAAC and mailing address will be located on the front of your award. You can track your payment information on the DFAS website at https://myinvoice.csd.disa.mil/index.html. Your purchase order/contract number or invoice will be required to inquire about status of your payment. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS), Columbus at 1-800-756-4571, Option #2, Option #5. Please have your order number and invoice ready when calling about payment status. (End of clause) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material (WPM) acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, ?Guidelines for Regulating Wood Packaging Materials in International Trade.? DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/ ). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/26170679e1b7528a3ea82bb171c67703)
- Place of Performance
- Address: Herlong, CA 96113
- Zip Code: 96113
- Zip Code: 96113
- Record
- SN02811632-W 20120725/120723235131-26170679e1b7528a3ea82bb171c67703 (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 |