SOLICITATION NOTICE
34 -- Metal Cutting Bandsaw Machine - Required Information
- Notice Date
- 1/26/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-15-Q-60819
- Archive Date
- 2/14/2015
- Point of Contact
- Carolyn Ward, Phone: 410-762-6601
- E-Mail Address
-
carolyn.ward@uscg.mil
(carolyn.ward@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Ombudsman Packaging/Delivery information JOTFOC for Solicitation HSCG40-15-Q-60819 Required Information (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-15-Q-60819 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-78 (26 Dec 2014). (iv) This procurement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 332999 and the business size standard is 500 employees. The U.S. Coast Guard Surface Forces Logistics Center intends to negotiate and award a Firm Fixed Price Purchase Order on a sole-source basis to Norman Machine Tool. It is the Government's belief that Norman Machine Tool is the only provider/distributor that can meet the Coast Guard's needs concerning the stringent technical requirements and specifications. However, other potential sources with the expertise and required capabilities to provide this item can submit such data discussing the same in duplicate within 1 day from the date of this announcement. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the below requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the below and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirement. (v) Item 0001: MARVEL SERIES 8 MARK II Marvel Series 8 Mark II, All- Mechanical, Universal, Metal Cutting, Bandsaw Machine Specification: Capacity: Blade at 90 Degrees: 18" Horizontal, 22" Vertical. Capacity: Blade at 45 Degrees: 18" Horizontal, 12.75" Vertical. Speed Range: 50-450 fpm Infinitly Variable Speed Drive System. Front-Mounted Speed Control: Allow blade speed to beadjusted from operator's control station. Feed Range: 0-140 lbs. Infinitely variabledirect reading scale balance beam. T-Slotted Work Table: Work area 24.25" x33";table height 34.5"; four machined T-slots accept.625" TBolts. Miter Cutting: Column and blade tilt up to 45 degrees right and left of vertical; work always stationary. Built-in protractor. Quick-Action Vise:Maximum opening 20". Jawscan be shifted to either right or left side of blade. Jaws are 6" high, 12" wide. Automatic Stops: Adjustable stops can be preset to stop advance and return of blade and to stop motor at any location within the 18" travel of the blade. Coolant System: Built in with Flood system. Controlled by on-off selector switch at operator's station. Tank capacity 21 Gallons. Flushing Hose: Washes chips from hard-to-get-at places reducing clean-up time. Power Chip Brush: Together with blade wipers and floodcoolant keep blade teeth free of chips.Carbide Guide System: Guides are stationary and can be rotated to preset ne guiding surface to the blade. Upper and lower guides have preloaded carbide-faced back up blocks to support back edge of the blade. Blade: 14'6" long x 1" wide,.035" thick. One Welded-Edge Band Blade is furnished with each machine. Motors: Main: 2 H.P., 1800 RPM, totally enclosed fan cooled. Coolant Pump: 1/8 H.P. 3600 RPM totally enclosed, built in integrally. Voltage: 240 volt, 3 phase, 60 Hz. Controls: IEC fused disconnect switch and magnetic motor starters, with overload and low-voltage protection. PART_NBR: MARVEL 8 MARK II Quantity 1 EA. Desired Delivery Date 02/20/2015. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule__________. (vi) Contractor shall conform to the following packaging, preservation and marking requirements. STANDARD COMMERCIAL PACKAGING IS ACCEPTABLE. COMMERCIAL PACKAGING SHALL BE DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER COMMERCIALLY. PACKAGING SHALL PROVIDE PROTECTION OF THE MATERIAL FOR UP TO 1 YEAR IN A WAREHOUSE FACILITY. MULTIPLE HANDLING FOR DISTRIBUTION OF MATERIAL SHALL NOT REQUIRE ADDITIONAL PACKAGING FOR SHIPMENT FROM WAREHOUSE FACILITY. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 PM. Failure to follow the packaging/marking instructions may result in contractor being charged by the USCG to cover the costs of repackaging/marking the items. Company may also be charged shipping costs to cover the cost of returning the material to the company for repackaging/marking. Place of delivery: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 88 - Receiving Room, Baltimore, MD 21226. Provide FOB, Destination pricing in your quote. (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (April 2014). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterheads, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Price and delivery information 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. 8) Offerors shall agree to deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Oct. 2014). - The Government will award a Sole Source Purchase order to Norman Machine Tool. This synopsis is issued pursuant to the authority of FAR 6.302-1 and HSAM 3006-302. The statutory authority permitting other than full and open competition is 10 USC 2304©(1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1 (a)(2)(iii), "Only One Responsible Source and No other Supplies or Services will satisfy Agency Requirements". This notice is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2014) with Alt 1 included are to be submitted with their offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Dec 2014) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Dec 2014). The following clauses listed in 52.212-5 are incorporated: a. 52-219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) b. 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632 (a)(2)). c. 52.222-3 Convict labor (June 2003) (E.O. 11755) d. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (EO 11755) e. 52.222-21, Prohibition of Segregated Facilities (Feb 1999) f. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) g. 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793) h. 52.222-50, Combating Trafficking in Persons (Feb 2009) i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513) j. 52.225-1 Buy American Act -Supplies (May 2014) (41 U.S.C. 83)). k. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). l. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(21 U.S.C. 3332). m. 52.233-3 Protest after award (Aug 1996) n. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xiii) N/A (xiv) QUESTIONS ARE DUE WED. 1/28/15 AT 4:00 PM EST. QUOTES ARE DUE BY FRI. 1/30/2015 AT 4:00 PM EST. Proposals may be faxed to (410) 762-6008 or emailed to Carolyn.ward@uscg.mil. (xv) Point of Contact: Carolyn Ward, Purchasing Agent, Tele. No. 410-762-6601, email address: Carolyn.ward@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-60819/listing.html)
- Record
- SN03624986-W 20150128/150126234811-d588dfabf9d6bed2e49ab1883793fb0c (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 |