Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2018 FBO #5977
SOLICITATION NOTICE

34 -- CNC Lathe

Notice Date
4/3/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
40378981TLM
 
Point of Contact
Terry L. Mest, Phone: 509-633-9327
 
E-Mail Address
tmest@usbr.gov
(tmest@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
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; offers are being requested and a written solicitation will not be issued. Solicitation number 40378981TLM is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-97. This is a total small business set-aside under NAICS 333517 with an associated small business size standard of 500 employees. The Bureau of Reclamation intends to award a Firm Fixed Price Purchase Order, for the acquisition of the following components using Brand Name or Equal: New horizontal slant bed CNC Haas ST-35 Lathe (or equal) minimum requirements to meet existing tooling needs and foot print requirements. Procurement Specification: CLIN 0010 : Computer Numerical Control (CNC) Lathe New Horizontal Slant Bed CNC Hass ST-35 Lathe or Equal CLIN 0020 : Commissioning to take place by suppling vendor within 30 days after initial setup by the Bureau of Reclamation. Commissioning will include Initial Startup Programming and test all functions and operations. CLIN 0030 : Three Days of On-site Training for five employees including an overview of the proper techniques used while performing a turning setup. Travel and per diem shall be included in the total line item cost in accordance with federal travel regulations. Note: Training and Commissioning may take place at the same time. The proposal for the CNC Lathe will meet or exceed the following standards. Salient Characteristics: Travel X, Z - 13", 27" (Not to Exceed) Swing Dia.Over Apron - 32" (Not to Exceed) Swing Dia.Over Cross Slide - 21" (Not to Exceed) Swing Dia.Over Tailstock - 23" (Not to Exceed) Max Part Dia. - 18" Chuck Size - 12" Max Cutting Dia. - 21" Max Cutting Length - 26" Bar Capacity - 4.0" Distance between Centers - 30" Spindle Motor - 40 HP (29.8 kW) Vector Drive Spindle Nose - A2-8 Spindle Bore Dia. - 4.62" Max spindle speed & torque - 3,200 RPM, 425 ft-lb @ 325 rpm Rapid Traverse Rate - 945 Inches per Minute (IPM) (24.0 m/min) (X, Z) Max Thrust X, Z - 4100 lbs., 5100 lbs. Accuracy, positioning X, Z - +/- 0.0004", +/-0.0002" Accuracy, repeatability X, Z - +/- 0.0002", +/-0.0001" Turret - 12 Station Bolt-On, Accepts 1" (25 mm) turning sticks Footprint - 144" W x 79" D x 83" H (Not to Exceed) Max Weight - 14,500 lbs. (Not to Exceed) Air requirement - 4scfm@100 psi (Not to Exceed) Controller/Standard Features: - Graphic Dry-Run mode - Tool life management - USB interface - 750 MB Solid State Memory - Pulse handle feed - Feed/speed/rapid override - Rigid Tapping - Large capacity coolant system - Tooling: Bolt-On Tool Holder Kit; includes 1 each 1.00" Face Groove Holder, 2 each 1.00" ID, 3 each 1.50" ID, 1 each coolant block, 9 each turret face wedge/clamp, and assorted coolant fittings. - Electronic Thermal Compensation to compensate for the expansion and contraction of each linear axis - Linear guide ways Other required control options include : Mid program start, probing cycles, tool setup utilities, fixture setup utilities, and macro/sub programming capability - Automatic Tool Pre-setter (ATP) - Ethernet Interface - 750 MB on-board solid-state memory allows storing, running, and editing large programs directly at the machine. Eliminates security risks posed by external storage devices such as USB Thumb-Drives and SD Disks. - Belt Type Chip Conveyor for maximum chip removal during machining operations. - Programmable Hydraulic Tailstock with MT4 Taper Quill - High Intensity External LED Lighting - Royal quick grip collet system QG-80 • QG-80 compact collet chuck (44093) • QG-80 manual installation tool (44099) • QG-80 round collet set, smooth ¼" to 1" in 1/16" increments, include: (44403, 44405, 44407, 44409, 44411, 44413, 44415, 44417, 44419, 44421, 44423, 44425, 44427) • QG-80 round collet set, smooth, 1-1/4" to 3" in ¼" increments plus 1-5/16" collet includes (44435, 44437, 44443, 44451, 44459, 44467, 44475, 44483, 44491) - Pendant or remote jog handle turret - Built-in LED inspection light. - Control cabinet cooler - Universal Spindle Liner Set, 0.75" to 3.125" diameter liners included - Template driven conversational programming system utilizing full color graphics & templates Power requirements: - 480 VAC 3 Phase Internal Transformer Shipping: FOB Destination - Will be the responsibility of the contractor. Must be shipped in a manner to protect the equipment from weather, road grime and the elements. Warranty: - Standard Manufacturer's Warranty   CLAUSES 52.252-2 CLAUSES INCORPORATED BY REFERENCE - (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses - https://www.acquisition.gov/far/ (End of clause) The clause at 52.212-4 CONTRACT TERMS AND CONDITIONS -COMMERCIAL ITEMS - (JAN 2017), applies. Addendum to 52.212-4, Sub-clause (o), Warranty, is tailored to read as follows: (o) Warranty: Manufacturer's Standard Warranty, or better, is required. The following addenda to 52.212-4 apply: 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS - (DEC 2013), 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) ADDENDUM TO 52.212-4 DOI-AAAP-0028 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) - APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist/Contracting Officer at tmest@usbr.gob/msanderlin@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS - (JAN 2018) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017), 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015), 52.233-3, Protest After Award (AUG 1996), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004), (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016), (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016), 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011), 52.219-8, Utilization of Small Business Concerns (Oct 2014), 52.219-13, Notice of Set-Aside of Orders (Nov 2011), 52.219-28, Post Award Small Business Program Representation (Jul 2013), 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018), 52.222-21, Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Sept 2016), 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014), 52.222-50, Combating Trafficking in Persons (Mar 2015), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-1, Buy American-Supplies (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013), 52.222-50, Combating Trafficking in Persons (MAR 2015), (End of clause) **END OF CLAUSES** PROVISIONS 52.252-1 Solicitation Provisions Incorporated by Reference - (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Provisions - https://www.acquisition.gov/far/ (End of Provision) The Provision at 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS - (JAN 2017), applies to this acquisition. Addendum to 52.212-1 replaces the term "offer" with "quote" within the provision at 52.212-1. Addendum to 52.212-1 requires the vendor to submit full warranty documentation on the item(s) being quoted. The following addendum to 52.212-1 applies: 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015), 1452.215-71 Use and Disclosure of Proposal Information--Department of the Interior - (Apr 1984), WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation - (May 2005) 52.212-2 EVALUATION - COMMERCIAL ITEMS - (OCT 2014) (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: Lowest Price Technically Acceptable. The following addendum to 52.212-2 also applies: 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (End of provision) The provision at 52.212-3 and its alternate, Offeror Representations and Certifications (Nov 2017), must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry. The following addendum to 52.212-3 applies: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017). (End of provision) **END PROVISIONS** THIS EQUIPMENT IS BEING PURCHASED IN ACCORDANCE WITH FAR PART 13, SIMPLIFIED ACQUISTION PROCEDURES APPLY. Written, signed quotes on a company letterhead with contact information are due no later than COB, April 11, 2018 by mail to or in person at Bureau of Reclamation, PO Box 620, Grand Coulee, WA 99133, or by electronic mail to tmest@usbr.gov. For information regarding this Request for Quotation, please contact Terry L. Mest, Contract Specialist at 509-633-9327.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bff0284c1eac669943f96d7a1e5288fc)
 
Record
SN04875781-W 20180405/180403231203-bff0284c1eac669943f96d7a1e5288fc (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.