SOLICITATION NOTICE
66 -- One (1) brand name or equal Okuma MULTUS B400 Lathe (CNC Multi-axis) and One (1) brand name or equal Okuma LU45-II Lathe (CNC Simultaneous)
- Notice Date
- 9/12/2023 9:36:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX23Q0157
- Response Due
- 9/19/2023 8:59:00 AM
- Archive Date
- 10/04/2023
- Point of Contact
- Crystal L. Demby, Phone: 3013945332
- E-Mail Address
-
crystal.l.demby.civ@army.mil
(crystal.l.demby.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. �Class Code: 6640 2. �NAICS Code: 334516 3. �Subject: One (1) brand name or equal Okuma MULTUS B400 Lathe (CNC Multi-axis) and One (1) brand name or equal Okuma LU45-II Lathe (CNC Simultaneous) 4. �Solicitation Number: W911QX23Q0157 5. �Set-Aside Code: Total Small Business Set-Aside 6. �Response Date: Seven (7) Business Days (20 September 2023) after date of posting. 7. �Place of Delivery/Performance: � U.S. Army Research Laboratory Shipping & Receiving Aberdeen Proving Ground Aberdeen, MD 21005 8. � �� ��� �(i) �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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. �� ��� �(ii) �The solicitation number is W911QX23Q0157. This acquisition is issued as an request for quotation (RFQ) �� ��� �(iii) �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. �� ��� �(iv) �The associated NAICS code is 334516. The small business size standard is 500 Employees. �� ��� �(v) � The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): � CLIN 0001: CNC Multi-axis Lathe CLIN 0002: CNC Simultaneous Lathe CLIN 0003: Shipping CLIN 0004: Rigging CLIN 0005: Electrical Service �� ��� �(vi) �Description of requirements:� The Government requires one (1) brand name or equal Okuma MULTUS B400 Lathe and one (1) brand name or equal Okuma LU45-II Lathe. The systems shall include the following: ��� �Quantity one (1) CNC Multiaxis Lathe� o�� �Shall have Collision Avoidance System (CAS). o�� �Shall have Big Bore Spindle Option with a diameter of 4.33 inches with a through Spindle ID Bore. o�� �Shall have double sided support with big bore sub-spindle with a weight of 1,430 pounds. o�� �Shall have a Highspeed (H1) Mill Spindle with 20,000 revolutions per minute (RPM). o�� �Shall have Chip Blaster 1200 Coolant Mist Collector. o�� �Shall have a pump mounted coolant chiller with 34,000 British thermal unit (BTU) cooling capacity. o�� �Shall have a coolant chiller compatible with F and V SERIES high pressure pumps with install included. o�� �Shall have a 40-volt high pressure unit with ten (10) gallons per minute (gpm) and 1000 pounds per square inch (psi). o�� �Shall have a variable volume with a 100-gallon tank. o�� �Shall have Big Bore Spindle with cylinder and drawtube on left.� o�� �Shall have Big Bore Spindle with cylinder and drawtube on right.� o�� �Shall have a B-Axis with contouring.� o�� �Shall have a spindle revolutions per minute (RPM) of 10,000.� o�� �Shall have a lathe tool index function.� o�� �Shall have a six (6) inch mist collector.� o�� �Shall have a C-Axis synchronize function for both spindles.� o�� �Shall have a 5-Axis machining kit.� o�� �Shall have a 10-program cap.� o�� �Shall have a right discharge, drum filter and conveyor.� o�� �Shall have a manual touch setter.� o�� �Shall have an auto gauging Renishaw.� o�� �Shall have a steady rest.� o�� �Shall have a bar feed cover.� o�� �Shall have a Big Bore, high precision C-Axis.� o�� �Shall have a Helical Cutting for all axis(s).� o�� �Shall include a five (5) year parts warranty. o�� �Shall include annual machine support. o�� �Shall include Automatic Steady Rest with a capacity of 2.05 inches to 11.02 inches with central lubrication. o�� �Shall include a single ended mounted hydraulic center to include hoses, fittings and install. o�� �Shall include a tooling certificate with a face value of $40,000.00. o�� �Shall include a 19.6-inch Jaw Chuck with adapter, hydraulic cylinder and mounting hardware. o�� �Shall include install for Jaw Chuck. o�� �Shall include Shipping, Freight and Rigging. o�� �Shall include machine install. o�� �Shall include machine training. ��� �Quantity one (1) CNC Simultaneous Lathe o�� �Shall have a big bore with sizing 5.12 inch in diameter.� o�� �Shall have a conventional two-axis programming with complete steps and language. o�� �Shall have the capability to simultaneously cut by both turrets. o�� �Shall have the capability for a single turret to cut without indexing. o�� �Shall have the capacity to hold permanent tooling.� o�� �Shall have a Big Bore Main.� o�� �Shall have a Big Bore Spindle without a chuck.� o�� �Shall have a switchable hi to low tailstock thrust, hydraulic quill.� o�� �Shall have steady rest.� o�� �Shall have an upper turret.� o�� �Shall have a right discharge hinge conveyor.� o�� �Shall have a high-pressure coolant prep with 1000 pounds per square inch (psi).� o�� �Shall have a manual touch setter.� o�� �Shall have a collision avoidance system.� o�� �Shall have a portable pulse handle.� o�� �Shall have a multi-tap transformer with 50/60 hertz (HZ).� o�� �Shall include Live Kit. o�� �Shall include Static Kit. o�� �Shall include a five (5) year parts warranty. o�� �Shall include one year machine support. o�� �Shall include a tooling certificate with a face value of $10,000.00. o�� �Shall include Shipping, Freight and Rigging. o�� �Shall include machine install. o�� �Shall include machine training. o�� �Shall include Automatic Steady Rest with a capacity of 1.18 inches to 9.95 inches with central lubrication. o�� �Shall include a single ended mounted hydraulic center to include hoses, fittings and install. o�� �Shall include a 19.6-inch Jaw Chuck with adapter, hydraulic cylinder and mounting hardware. o�� �Shall include install for Jaw Chuck. o�� �Shall have Chip Blaster 1200 Coolant Mist Collector. o�� �Shall have a pump mounted coolant chiller with 34,000 British Thermal Unit (BTU) cooling capacity. o�� �Shall have a coolant chiller compatible with F and V SERIES high pressure pumps with install included. o�� �Shall have a 40-volt high pressure unit with ten (10) gallons per minute (gpm) and 1000 pounds per square inch (psi). ��� �Compatibility The Government requires that the machines are compatible and work together. These machines have the capability of roughing and finishing in a single operation while also having 5-axis CNC milling to reduce multiple setup times. One machine will have 2 turrets one for roughing and one for finishing that can rough and finish projectile profiles at the same instance which would improve process cycle times. �Both machines will have a through bore to support the manufacturing of various projectile components. � �� ��� �(vii) Delivery is required 12-months after contract award (ACA). Delivery shall be made to ADELPHI LABORATORY CENTER, 2800 �Powder Mill Road, Adelphi, MD �20783-1138, truck shipments are accepted at Building #102, Receiving Room, Monday through Friday (except holidays) from 7:30 AM to 4:00 PM only. The FOB point is Destination.� �� ��� �(viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. �The following addenda have been attached to this provision: N/A �� ��� �(ix) �The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: � In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. �Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government�s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government�s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification Past Performance �� ��� �(x) �Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A �� ��� �(xi) �The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause N/A �� ��� �(xii) �The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. �The following additional FAR/DFARS clauses cited in this clause are applicable:� FAR: 52.203-3: GRATUITIES (APR 1984) 52.203-6 Alt I: RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020) 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.204-25: PROHIBITON ON CONTRACTING FOR CERTAINTELECOMMUNICATIONS AND SURVEILLANCE SERVICES OR EQUIPMENT. 52.209-6: PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.219-6: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020) 52.219-8: UTILIZATION OF SMALL BUSINESS CONCERNS (DEVIATION 2023-O0002) (DEC 2022) 52.219-14: LIMITATIONS ON SUBCONTRACTING (OCT 2022) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.219-33: NONMANFACTURER RULE (SEP 2021) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022)� 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26: EQUAL OPPORTUNITY (SEP 2016) 52.222-35: EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37: EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-40: NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50: COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.222-54: EMPLOYMENT ELIGIBILITY VERIFICATION (NOV 2021) 52.223-18: ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33: PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) DFARS: *252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7004: DOD ANTITERRORISM AWARENESS FOR CONTRACTORS (FEB 2019) 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) *252.204-7016: COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) *252.204-7017: PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) 252.204-7022: EXPEDITING CONTRACT CLOSEOUT (MAY 2021) 252.205-7000: PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (JUN 2023) *252.213-7000: NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM�STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018) *252.215-7008: ONLY ONE OFFER (JUL 2019) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7001: BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM 252.225-7007: PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018) 252.225-7012: PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) 252.225-7048: EXPORT-CONTROLLED (JUNE 2013) 252.225-7052: RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (JAN 2023) *252.225-7055: REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 252.225-7056: PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023) 252.226-7001: UTILIZATION OF INDIAN ORGANIZATIONS, AND INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (APR 2019) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7002: REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7008: SOURCES OF ELECTRONIC PARTS (MAY 2018) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) �� ��� �(xiii) �The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):� FAR PROVISIONS: 52.204-7: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-20: PREDECESSOR OF OFFEROR (AUG 2020) 52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-26: COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) 52.209-7: INFORMATION REGARDING RESPONSIBIITY MATTERS (JUL 2013) 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE FAR/DFARS CLAUSES: 52.201-1: DEFINITIONS (JUN 2020) 52.204-13: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19: INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-21: BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021) 52.204-27: PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023) 52.232-39: UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.233-3: PROTEST AFTER AWARD (AUG 1996) 52.233-4: APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.243-1: CHANGES�FIXED PRICE (AUG 1987) 52.247-34: F.O.B. DESTINATION (NOV 1991) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002: REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003: CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7012: SAFEGUARDING COVERDED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019) 252.211-7003: ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.243-7001: PRICING OF CONTRACT MODIFICATIONS (DEC 1991) ADELPI LOCAL INSTRUCTION PROVISIONS: EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING� PAYMENT TERMS ADELPHI LOCAL INSTRUCTION CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � APG AT-OPSEC REQUIREMENTS DISTRIBUTION STATEMENT A DFARS COMMERCIAL CLAUSES BRAND NAME OR EQUAL �� ��� �(xiv) �This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. �� �(xv) �The following notes apply to this announcement:�� � a.�� �In accordance with FAR 32.003, the Government cannot provide contract financing for this acquisition. � �� ��� �(xvi) �Offers are due seven (7) calendar days (20 September 2023) after date of posting, by 11:59 (noon) Eastern Standard Time (EST), at crystal.l.demby.civ@army.mil �� ��� �(xvii) �For information regarding this solicitation, please contact Crystal Demby (crystal.l.demby.civ@army.mil). � �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9946b3cdbc664ca4ae238371dae544c4/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN06828462-F 20230914/230912230108 (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 |