|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1999 PSA#2359Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex,
Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000 34 -- WELDING MACHINE SOL N00181-99-Q-0143 DUE 061499 POC Glenda Jones
Phone (757)396-8350, Fax (757)396-8503 It is the intent of FISC, NNSY
Annex to contract for : Item 0001: Welding Machines AC/DC Inverter
GTA/SMA Squarewave Welding power source. Welding machines shall meet
the following technical specifications: 1) advanced squarewave arc, 2)
AC frequency control 3) 300 AMP maximum output 250 AMP @ 40% duty
cycle 4) High frequency start only 5) adjustable hot start for GTAW and
SMAW arc starts 6) International style weld disconnects 7) dual digital
volt/amp meters 8) process polarity switch 9) protective cover for
control panel 10) line voltage compensation. Welding Machine shall have
the following characteristics: 208-230/460 VAC, single/three phase
60HZ, Dimensions 17" x 12.5" x 24", weight 106 Lbs Max. Part Number
Miller 903-519-01-1 or equal, qty. 8 EA. Item 0002: Portable SMA & GTA
Welding Machine. Welding machine shall meet the following technical
specifications: 1) DC SMAW & GTAW 2) Rated output amps/volts duty cycle
-- 200A/28V 20% additional rating amps/volts duty cycle --
180a/27/27.2V 60% 3) Input voltage -- 230/460/160 4) Input current @
rated DC output 33/16.5 amps 5) open circuit voltage -- 80V 6) weight
33 lbs (15KG) maximum -- dimensions -- 12.8" x 8.0" x 18.0". Welding
machine shall also have the following characteristics: complete pulsing
capability including adjustable starting current, ramp up rate, pulse
duty cycle, pulse on/off time, background current, current ramp down
and crater fill current. Welding machine shall be capable of GTAW with
pulsing, GTA welding, spot welding GTA welding with adjustable spot
time and stick welding modes of operation. Welding machine shall be
Lincoln Invertec V200T K1598-1 or equal. Qty 22 EA. IMPORTANT NOTICE:
DFAR 252.204-7004 -- Required Central Registration" applies. Lack of
registration in the CCR database will make an offeror/quoter INELIGIBLE
FOR AWARD. Information can be obtained through Internet @
http://ccr.edidisa.mil. 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.
The associated Standard Industrial Classification (SIC Code is 5084 and
the Small Business Standard is 500 employees. This announcement
constitutes the only solicitation; proposals are being requested and
WRITTEN SOLICITATIONS WILL NOT BE ISSUED. Solicitation Number
N00181-99-Q-0143 applies. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97.10 and the Defense Federal Acquisition Circular 97-10,
1998 Edition. FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items. The
following FAR clauses applies: FAR 52.212.1 -- Instructions to Offerors
-- Commercial Items; FAR 52.212-3 -- Offeror Representation and
Certifications -- Commercial Items; FAR 52.212-4 -- Contract Terms and
Conditions -- Commercial Items; FAR 52.214-21 -- Descriptive
Literature; DFAR 252.212-7001 -- Contract Terms and Conditions Required
to Implement Statutes of Executive Orders Applicable to Defense
Acquisition of Commerical Items applies and shall include 252.225-7036
(ALT I), Buy American Act -- North American Free Trade Agreement
Implementation Act -- Balance of Payments Program; 252.225-7012 --
Preference for Domestic Commodities. NNSY's Mercury Free Clausse
applies. A copy of this clause is available upon request. All offerors
shall be evaluated for fair and reasonable price, technical
acceptability, adherence to applicable clauses, provisions, delivery
schedule and satisfactory past performance. This procurement is being
conducted under Simplified Acquisition Procedures. ALL QUOTES MUST BE
RECEIVED NO LATER THAN 3:30PM LOCAL TIME. Offerors shall include a
completed copy of the provision at 52.212-3 -- Offeror Representation
and Certifications -- Commercial Items. The RYG Program will be used as
part of the evaluation process. Parties responding to this solicitation
may submit their quote in accordance with their standard commercial
practices (e.g., on company letterhead, formal quote form, etc.) But
must include the following information: (1) Company's complete mailing
and remittance address (2) discounts for prompt payment (3)
anticipated delivery of material (4) cage code (5) Dun & Bradstreet
Number (DUNS) (6) taxpayer ID number (7) location of manufacturing
facility. Import Internet address: 1) Federal Acquisition Regulations
(FAR) @ http//www.gsa/gov/far Defense Federal Acquisition Regulation
Supplement (DFARS) @ http//www.dtic.mil./dfars Response to this
solicitation MAY BE FAXED to Glenda Jones at (757)396-8503 or mailed
to: Fleet & Industrial Supply Center, NNSY Annex, Code 532.3F/Glenda
Jones, Bldg. 1500, 2d FL, Portsmouth, VA 23709-5000. Or e-mail to:
glen.jones@sy.nnsy.navy.mil.. Offers are due by 3:30PM by JUN 14.
Posted 05/29/99 (W-SN337338). (0149) Loren Data Corp. http://www.ld.com (SYN# 0236 19990603\34-0001.SOL)
34 - Metalworking Machinery Index Page
|
|