Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2022 SAM #7496
SOLICITATION NOTICE

34 -- Vertical Machine Center

Notice Date
6/7/2022 11:18:23 AM
 
Notice Type
Presolicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
U S ARMY DEPOT TOBYHANNA TOBYHANNA PA 18466-5079 USA
 
ZIP Code
18466-5079
 
Solicitation Number
W25G1VVMC
 
Response Due
6/22/2022 1:30:00 PM
 
Point of Contact
Patricia Rex, Phone: 5706157671
 
E-Mail Address
patricia.m.rex.civ@army.mil
(patricia.m.rex.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Army Contracting Command - Aberdeen Proving Grounds (ACC-APG), Tobyhanna Division, Tobyhanna, PA 18466, intends to issue a Request for Proposal (RFP) for a firm-fixed price requirement for the turn-key design, supply, delivery, off-loading, transporting, locating, installation, cleaning, assembly, set-up and training for one (1) each Computer Numerical Controlled (CNC) Vertical Machining Center (VMC) at Tobyhanna Army Depot (TYAD) in Tobyhanna, PA 18466. The Contractor shall supply all materials, supplies, freight, delivery, tools, equipment, consumables, labor, and supervision for the turn-key design, supply, delivery, off-loading, transporting, locating, installation, cleaning, assembly, set-up and training for the machine. The Contractor shall also disconnect an existing VMC and transport it another Building on site. The Contractor will also be responsible for disconnecting all equipment associated with the central coolant filtration system on the existing VMC and reconnecting it to the new VMC and assure it is operating as specified. The Contractor shall supply only new machines and new associated equipment. Used and refurbished machines and used and refurbished equipment are unacceptable and will not be considered. All repair and replacement parts for the machine and associated equipment shall be new. All repair and replacement parts shall be available for purchase and supplied from within the continental United States. See the attached DRAFT Statement of Work (SOW) for requirement details. This is only a DRAFT SOW and is subject to change without any notice. The final Statement of Work will be released with the solicitation when issued. A site visit will be scheduled at time of solicitation and it is advised that prospective offerors attend. The site visit is for the purpose of prospective offerors to consider the layout and floor space of the project area and to enable the viewing of the delivery, utility and installation site. The site visit shall be used by the prospective offerors to identify structures or conditions that may impede, obstruct or prevent completion of the work. It shall be the responsibility of the prospective offeror to identify obstructions and impediments to the project and to make appropriate accommodations for correction and modification to mitigate the problem. If a corrective measure conflicts with other requirements listed in the SOW or is outside the work area the Contractor shall identify these issues in the proposal submittal to the Government. Answers not contained in the SOW to all questions that are raised during the site visit shall be submitted in writing. Should the Contractor fail to identify an obstruction and hindrance to the project that is identifiable from a site visit the Contractor shall provide a solution to the problem that is to the satisfaction of the Government and at no additional cost to the Government. It shall be the responsibility of the Contractor for all dimensioning of the system including all auxiliary pieces and materials. It shall be the responsibility of the Contractor to supply his personal protective equipment (PPE) for the site visit. At a minimum, the PPE needed is protective eyewear and protective footwear. A Contractor in non- compliance with the PPE requirement will not be permitted on the site visit. It shall be the responsibility of the Contractor to verify all machine and worksite dimensions and ensure the machine and ancillary pieces fit within the available floor space at the project installation worksite in Bldg. 1C Bay 2. The Contractor shall be responsible to verify overhead clearance dimensions for the machine and ancillary pieces at the project installation worksite in Bldg. 1C Bay 2. TYAD currently uses CNC Software�s MasterCAM Computer-Aided Manufacturing (CAM) software for the programming of all on-site VMCs.� The Contractor shall ensure the Contractor-proposed and the Contractor-installed VMC shall be CNC programmable using MasterCAM Computer- Aided Manufacturing (CAM) software.� It shall be the responsibility of the Contractor to develop and supply the appropriate post-processor to achieve the necessary CNC programming compatibility.� The Contractor�s post-processor shall be given to Automation Support Branch personnel by the Contractor in accordance with section 3.0 Cyber Requirements for loading onto the Government network. REFERENCE DRAFT STATEMENT OF WORK FOR CYBER REQUIREMENTS The Vendor, and all sub-contractors, must abide by all applicable regulations, publications, manuals, and local policies and procedures. This includes, but is not limited to; AR 25-1 as well as STIGs and SRGs as published on https://public.cyber.mil. The IT equipment must remain compatible with future updated operating systems in accordance with DOD migration schedules during the entirety of the system�s planned lifecycle. Delivery, to the Government, of all materials required to perform upgrades for compatibility must be completed within the timelines set by DISA, NETCOM, U.S. Army Cyber Command (ARCYBER), U.S. Cyber Command (USCYBERCOM), and any additional DOD organizations tasked with the security of the GIG. This acquisition is being conducted under Full and Open Competition. NAICS Code 333517, Size Standard 500 Employees, and in accordance with FAR Part 12 Acquisition of Commercial Items, FAR Part 13.5 - Simplified Procedures for Certain Commercial Items and FAR Part 15 � Contracting by Negotiation, as applicable. The solicitation Request for Proposal (RFP), W25G1V-22-R-0038 will be issued on or about June 27, 2022. Actual issue and due dates shall be established in the solicitation. The RFP will be available for download on the beta.SAM.gov website. Prospective offerors wishing to obtain an electronic copy may download the RFP on or after the issue date at the following internet address: https://sam.gov. At Keyword/Solicitation Number, type W25G1V-22-R-0038 and click �Search�. The solicitation will be issued electronically only. No paper or disc copies will be issued. Also, this acquisition is subject to the Free Trade Agreements. Any resultant contract shall be a Firm Fixed- Price, one (1) award. In order to be eligible for award, the prospective offeror must have a current and active registration in the System for Award Management (SAM) website, https://sam.gov and not show any Active Exclusions or have any Debt Subject to Offset. The Offeror must be found to be responsible in accordance with FAR Subpart 9.1 � Responsibility of Prospective Contractors. This pre-solicitation notice is not a request for a competitive proposal. A determination by the Government not to compete this requirement based on this notice is solely within the discretion of the Government. FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no proposals are being accepted at this time. All information contained within this Pre-Solicitation Notification is subject to change. This notice does not obligate the Government to award a contract. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist noted below. Point of contact is Patricia M. Rex, Contract Specialist, patricia.m.rex.civ@army.mil. This Notice does not obligate�the Government to award a contract. Please see attachments
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/00f153db5dbd4d0bb28ca67c68038e6b/view)
 
Place of Performance
Address: Tobyhanna, PA 18466, USA
Zip Code: 18466
Country: USA
 
Record
SN06350061-F 20220609/220607230101 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.