Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2023 SAM #7949
SOLICITATION NOTICE

34 -- IRONWORKER AND ACCESSORIES

Notice Date
8/31/2023 9:19:08 AM
 
Notice Type
Presolicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
SPMYM123Q0115
 
Response Due
9/7/2023 9:00:00 PM
 
Archive Date
09/23/2023
 
Point of Contact
MONICA RICHARDSON
 
E-Mail Address
monica.richardson@dla.mil
(monica.richardson@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract with Lowest Price Technically Acceptable (LPTA) and Delivery Schedule Evaluation Factors for the item listed below. The required item is for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice. The Contract Line Items (CLINs) is as follows: CLIN 0001 SCOTCHMAN IRONWORKER� QTY: 1 P/N 007635 CLIN 0002 SCOTCHMAN LASER LIGHT��QTY: 1 P/N 033254 CLIN 0003 SCOTCHMAN PUNCH TABLE�QTY: 1� P/N 026765 CLIN 0004 SCOTCHMAN TABLE W/ PUNCH��QTY: 1� P/N 032980 CLIN 0005 SCOTCHMAN BACK GAUGE� QTY: 1� P/N 026615 CLIN 0006 SCOTCHMAN ROD SHEAR� QTY: 1� �P/N 026774-026247 CLIN 0007 SCOTCHMAN PICKET TOOL��QTY: 1� �P/N 001293-016550 CLIN 0008 SCOTCHMAN 14 GAUGE DIE��QTY: 1� P/N 001162-001264 CLIN 0009 SCOTCHMAN PUNCH & DIE SET QTY: 1� P/N 002543 CLIN 0010 SCOTCHMAN LED LIGHT PKG��QTY: 1� �P/N 090516 TECHNICAL MANUALS: Three (3) complete sets of technical manuals covering operation, service and maintenance, and part-listing shall be provided for each machine. QUALITY ASSURANCE PROVISIONS - Inspection and acceptance of the supplies, performed at destination by Code 983 and shall consist of type and kind; condition; operability, if readily determinable; preservation; packaging. PRESERVATION, PACKAGING AND PACKING-The equipment shall be packaged, packed and preserved for shipment to reach ultimate destination undamaged. Package shall be prominently marked ""NOT FOR OUTSIDE STORAGE"". Yellow packaging, packing, preservation and marking are prohibited. ADDITIONAL REQUIREMENTS: Machine Hardware: Machines shall include any necessary lifting, leveling, and floor attachment hardware for machine installation. Nameplate: A nameplate shall be permanently and securely attached to each machine the information provided on the plate shall be as listed below. Nomenclature Manufacturer's name Manufacturer's model designation Manufacturer's serial number Power input (volts, total amps, phase, frequency) Amp rating of 1argest motor Short circuit/over-current protection rating Contract Number or Order Number National Stock Number or Plant Equipment Code Date of manufacture Operating and Maintenance Manual: Machines shall be provided with operating and Maintenance Manual (O&M), Electrical Manual, Mechanical Manual & Schematics three (3) each shall be provided with the machine and one (1) each searchable electronic copy (PDF) shall be E-mailed to TPOC. Verification Test: After delivery the Contractor shall test run the machines at the site to ensure conformance with this purchase description. Warranty: These machines shall be warranted against any defects in material, parts, and workmanship for 36 months after the date of installation. INSTALLATION. Installation/Foundation Drawings: Not later than sixty (60) calendar days after effective date of contract; installation requirements and drawings shall be provided to Norfolk Naval Shipyard TPOC. Location: 23709 Mechanical Installation: The Contractor shall provide all labor, fluids, (with the exception of coolant) piping, interconnecting hoses, and any other materials to move, locate, set level, align, lubricate, and make ready to operate all equipment required by this contract. All machinery shall be installed to original manufacturer's tolerances. Training: The contractor shall provide training to familiarize personnel with the equipment and to help ensure reliable performance and maximum service life, during normal usage. The training shall be performed at customer facility between 7:20 am and 3:50 pm excluding any federal holidays. Operator On-Site Training: Training shall be provided at the receiving activity. Training shall include preparation of part programs, and preparation of equipment for safe operation. The trainees shall be provided instruction for all aspects of machining operations. Trainees shall be provided instruction for the care, use and operation of all attachments and accessories. Training shall be provided for three (3) operators/programmers. The training period shall not be less than four (4) consecutive, eight (8) hour work days. A training manual (which could be an additional operator's manual) shall be provided for each student. Critical time Constraints: The Installation and training shall be performed between the hours of 7:20 am and 3:50 pm excluding any federal holidays. The requirement will be solicited as a brand name only, total small business set aside. The NAICS code applicable to this procurement is 333517-Machine Tool Manufacturing with a size standard of 750. The Product Service Code is 3445, Punching and Shearing Machines. The anticipated delivery date for this acquisition is 4 weeks ARO. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. THE SOLICITATION IS NOT YET AVAILABLE. The solicitation number is SPMYM123Q0115 and it is expected to be available on or about 31 August 2023 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 12:00 AM EST on 08 September 2023. Responses to the solicitation notice shall be emailed to the attention of Monica Richardson at monica.richardson@dla.mil. Please make sure that the solicitation number (SPMYM122Q0115) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues. Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offerors to access solicitation documents posted. Prospective Offerors should also register on the interested vendor list under SPMYM122Q0115. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Monica Richardson at monica.richardson@dla.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f5f67552806b4b24b6512f7f90d77da2/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN06815197-F 20230902/230831230101 (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.