|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11,1997 PSA#1822U.S. Coast Guard Engineering Logistics Center, 2401 Hawkins Point Road,
Mail Stop #26, Bldg. 31, 2nd Floor, Baltimore, MD 21226-5000 34 -- SERDI VALVE SEAT MACHINING SYSTEM OR EQUAL SOL DTCG40-97-Q-40004
DUE 042497 POC Florence Hohman, Contract Specialist, (410) 762-6455,
Contracting Officer -- David Monk, (410) 762-6456. This is a combined
synopsis/request for quotation 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 quotation; quotations are being requested and a
written request for quotation will not be issued. The quotation number
is DTCG40-97-Q-40004. This synopsis/quotation constitutes an
invitation and incorporates provisions and clauses in effect through
Federal Acquisition Circular 90-45. Applicable Standard Industrial
Classification Code (SIC) is 3541, size 500 employees. This requirement
is being solicited on a brand name or equal basis. The acquisition is:
(Item No. 0001) 1 EA Serdi Val~ve Seat Machining System or equal.
Salient Characteristics of the machine are: (1) Shall have a centering
system with dual plane air float workhead with a spherical air float
spindle housing. (2) Shall have constant torque spindle rotation. (3)
Shall have infinitely variable, dual direction, spindle rotation
minimum of 10 to 1000 RPM. (4) Shall have ability to machine seats in
a range which includes from 3/4" to 4-3/4" in diameter. (5) Shall be
able to produce a precise multi-angle seat finish. (6) Shall have
capability of expanding to Cam Bearing Line Boring in the future. (7)
Work piece dimension: Minimum 40" long x 19" wide x 19" high. (8) Work
head movement minimum: 40" side to side and 2" front to back. (9)
Spindle travel: Minimum 7". (10) Spindle motor: 1.4 HP Minimum. (11)
Air Pressure Requirements: Maximum 90 PSI. (12) Voltage: 230/460 volt
single phase, 60 hz. Initially set up to 460 volts. (13) Clamping
system -- Contractor shall provide a complete clamping system with all
components and parts necessary to perform the machining/rebuilding
function on Alco 251, Caterpillar 3516, and Paxman RP 200 Heads. (Item
0002), Various tooling and accessories for Item 0001. A list of the
various tooling and accessories will be provided to all interested
bidders. (Item 0003) The OEM's best standard commercial warranty is
requested and shall be identified in the bidder's quote. (Item 0004) 2
EA, Operation and maintenance manuals to include repair parts list and
electrical schematics. Delivery of Items 0001, 0002, 0003, and 0004
shall be within 45 days after contract award. (Item 0005), 1 JOB --
provide operator training for three CG YARD employees for two twelve
hour days. The CG YARD shall provide required Alco 251, Caterpillar
3516, and Paxman RP 200 Heads for training purposes. Training to be
provided within fourteen calendar days after receipt of Item 0001.
Award will be made on an "all or none" basis. Items are to be delivered
to USCG Engineering Logistics Center, Warehouse, Bldg. 86, 2401 Hawkins
Point Road, Baltimore, MD 21226-5000. FAR provision 52.212-2 does not
apply in that award will be made to the bidder who submits the lowest
price and addresses and adheres to all salient characteristics stated
herein. Bidders are instructed to include a completed copy of FAR
provision 52.212-3, Offerors Representatives and Certification --
Commercial Items with their quote. The following FAR provisions and
clauses apply to this quotation and are incorporated by reference: FAR
52.212-1, Instructions to Offerors -- Commercial Items (Oct 1995). The
following addenda is added to 52.212-1: (1) Paragraph (b) -- Bidders
who choose to submit their quote on an SF 1449 may contact Florence
Hohman for a copy of the SF 1449. (2) Paragraph (b)(4) -- In addition
to the wording in the cited paragraph, if the bidder proposes to
furnish an "equal" product, the brand name, if any, of the product to
be furnished shall be clearly identified in the quote. The evaluation
of offers and the determination as to equality of the product shall be
the responsibility of the Government and will be based solely on
information furnished by the bidder or identified in it's quote. The
bidder is responsible for providing all information and/or descriptive
material, (such as cuts, illustrations, drawings, or other
information) necessary for the contracting officer to determine whether
the product offered meets the salient characteristics requirement of
the quotation. If the bidder must modify a product so as to make it
conform to the requirements of the quotation, it shall include in it's
quote a clear description of such proposed modifications, and clearly
mark any descriptive material to show the proposed modifications.
Transportation Acquisition Regulation (TAR) clause 1252.210-70, Brand
Name or Equal (Nov 1994) is incorporated by reference into this
acquisition and has the same force and effect as if incorporated in
full text. 52.212-4, Contract Terms and Conditions -- Commercial Items
(Oct 1995) 52.212-5 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders (Aug 1996) applies to this
acquisition and the following clauses cited in the clause are
applicable to this acquisition: 52.222-26 Equal Opportunity
(E.0.11246); 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era (38 U.S.C. 4212); 52.222-37 Employment Reports on Special
Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212);
52.225-3 Buy American Act -- Supplies (41 U.S.C. 10). Final acceptance
shall be at destination. Closing date and time for receipt of offers
is 24 April 1997 at 2:00 p.m. Eastern Standard Time. Submit offers in
strict accordance with FAR provision 52.212-1. Copies of clause
52.212-3 will be provided upon bidder's request. Mail quote to
Commanding Officer (Code 044/55), Coast Guard Engineering Logistics
Center, Attn: Florence Hohman, Mail Stop #26, 2401 Hawkins Point Road,
Bldg 31, 2nd Floor, Baltimore, MD 21226-5000. Facsimile Offers are not
acceptable. Questions may be directed to Ms. Hohman at (410) 762-6455.
To assist in developing a source list for this acquisition, interested
bidders are encouraged to contact Ms. Hohman to be included on the
source/bidder's list. This list will be utilized to verbally inform
interested bidders of changes in the requirement. Each offeror must
contact Ms. Hohman to request a copy of an amendment(s), otherwise, a
formal notice of changes will be issued in the Commerce Business Daily
(CBD) via an amendment. This notice is for Minority, Women-Owned and
Disadvantaged Business Enterprises: The Department of Transportation
(DOT), Office of Small and Disadvantaged Business Utilization (OSDBU),
has a program to assist minority, women-owned and disadvantaged
business enterprises to acquire short-term working capital assistance
for transportation-related contracts. Loans are available under the DOT
Short Term Lending Program (STLP) at prime interest rates to provide
accounts receivable financing. The maximum line of credit is
$500,000.00. For further information and applicable forms concerning
the STLP please call the OSDBU at (800) 532-1169. For information
concerning the acquisition, contact the contracting official listed
above. (0099) Loren Data Corp. http://www.ld.com (SYN# 0229 19970411\34-0001.SOL)
34 - Metalworking Machinery Index Page
|
|