Vertical Machining Center CNC

expired opportunity(Expired)
From: Federal Government(Federal)
FA875120Q0362

Basic Details

started - 04 Jun, 2020 (about 3 years ago)

Start Date

04 Jun, 2020 (about 3 years ago)
due - 11 Jun, 2020 (about 3 years ago)

Due Date

11 Jun, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
FA875120Q0362

Identifier

FA875120Q0362
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705969)DEPT OF THE AIR FORCE (60212)AFMC (17422)AIR FORCE RESEARCH LABORATORY (2511)FA8751 AFRL RIKO (355)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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; Offers are being requested and a written solicitation (paper copy) will not be issued.  Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA875120Q0362 is issued as a Request for Quotation (RFQ).This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200408. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.This procurement is being issued
as a total small business set aside under NAICS code 333517 and small business size standard 500 employees.The contractor shall provide the item detailed below on a firm fixed price basis, to include the cost of shipping FOB Destination:CLIN: 0001Qty: 1Description:Vertical Machining Center CNCMin. Table size- 64” x 32” X 30”40 taper spindle30 HP.  Vector drive, 12000 RPMElectronic Thermal CompensationHigh Speed 30 +1 side mount tool changer1200 ipm rapidsMax Cuttimg 833in/minAuto Chip augerProgrammable Coolant Nozzle95 gal. flood Coolant systemIn cab high intensity lightingController features:Media Display M-codeColor LCD monitorGraphic Dry RunSelf-diagnosticsHigh Speed Machining option using ISO standard G-codeThrough Spindle Coolant System4th Axis DriveDynamic Work Offset and Tool Center Point ControlCabinet CoolerExpanded On-Board Solid state MemoryTool Air Blast option5th axis drive option15,000 rpm Spindle, 40 Taper, vector drive and required balanced tool holders with G2.5 rating above 10,000Auxiliary Coolant filterAutomatic Oil SkimmerChip StrainerEnclosure exhaust system10 Pull studs, CT40 for through-spindle coolant310MM Servo Rotary TablePneumatic Tailstock 9 “ Center height10” Top Reversible, 3 jaw ChuckA Frame SupportTraining: set up and operationMachine power requirements – 208-230 3 phaseTooling package- CNC milling Tools- Thru CoolantSandvick CNC milling tools - 5K packageTPACK-C40A-05K-sandvick-TC-2020The description reflects the minimum salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum Government requirement.  Haas products are known to offer a solution that will satisfy the functional and performance characteristics for technical acceptability.  However, the offeror may provide a solution equivalent to or exceeding the functional and performance characteristics for technical acceptability evaluation. Used, pre-owned, refurbished, or remanufactured goods will not be accepted.  Items must be factory new.Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.  The anticipated delivery date is 30 days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441.The provision at 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:(b) Written quotes are due at or before 3PM, (Eastern Time) 11 June 2020.  Submit by email to richard.childres@us.af.mil.  Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.(b)(4)  Submit a technical description of the items being offered.(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.(b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received.The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:technical capability of the item offered to meet the Government requirement;priceThe Government intends to award to the lowest priced technically acceptable offeror. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the products required.The offeror is required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items,DFARS 252.225-7020, TRADE AGREEMENTS CERTIFICATE—BASIC        and52.204-24, Representation Regarding Certain Telecommunication and Video Surveillance Services or EquipmentFor your convenience all referenced certifications are attached to this solicitation, Attachment 1.The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition.  The following additional FAR clauses cited in the clause are applicable to this acquisition:52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.219-6, Notice of Total Small Business Aside (DEVIATION 2020-O0008)52.219-28, Post Award Small Business Program Re-representation52.222-3, Convict Labor52.222-19, Child Labor—Cooperation with Authorities and Remedies52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-35, Equal Opportunity for Veterans52.222-36, Equal Opportunity for Workers With Disabilities52.222-37, Employment Reports on Veterans52.222-50, Combating Trafficking in Persons52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases52.232-33, Payment By Electronic Funds Transfer—System For Award Management 52.239-1, Privacy or Security SafeguardsThe following additional FAR and FAR Supplement provisions and clauses also apply:52.204-16, Commercial and Government Entity Code Reporting52.204-18, Commercial and Government Entity Code Maintenance52.204-21, Basic Safeguarding of Covered Contractor Information Systems52.204-22, Alternative Line Item Proposal52.232-40, Providing Accelerated Payments to Small Business Subcontractors52.247-34, FOB Destination252.203-7000, Requirements Relating to Compensation of Former DoD Officials252.203-7002 Requirement to Inform Employees of Whistleblower Rights252.203-7005, Representation Relating to Compensation of Former DoD Officials252.204-7003 Control of Government Personnel Work Product252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism252.211-7003, Item Identification and ValuationPara (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description:  ‘N/A’Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description:  ‘N/A’Para (c)(1)(iii).  Attachment Nr.: ‘N/A’Para. (c)(1)(iv). Attachment Nr.: ‘N/A’Para. (f)(2)(iii). ‘N/A’252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors252.223-7008, Prohibition of Hexavalent Chromium252.225-7013 Duty Free Entry252.225-7048 Export-Controlled Items252.225-7974 Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005)252.227-7015, Technical Data--Commercial Items252.227-7037, Validation of Restrictive Markings on Technical Data252.232-7003, Electronic Submission of Payment Requests and Receiving Reports252.232-7006, Wide Area Workflow Payment Instructions252.232-7010, Levies on Contract252.239-7017, Notice Of Supply Chain Risk252.239-7018, Supply Chain Risk252.243-7001 Pricing of Contract Modifications252.244-7000, Subcontracts for Commercial Items252.246-7008, Source of Electronic Parts252.247-7023, Transportation of Supplies by Sea – Basic5352.201-9101, Ombudsman is hereby incorporated into this solicitation.  The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-4407, email: Steven.Ewers@us.af.mil Note that the clause at 252.232-7003 is included in this solicitation.  DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically.  All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures.  The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://wawf.eb.mil).  Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.  Please confirm in your proposal that your company is able to submit electronic invoicesNote that the clause at 252.211-7003 is included in this solicitation.  Agency specific guidance is provided below:For proposed Line Item Numbers with a unit price ≥ $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels.  CLIN 0001 requires a UID label.UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification.(A)LABEL:If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #.If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #.Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein.The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort.All responsible organizations may submit a quote, which shall be considered.

CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106  ROME , NY 13441-4514  USALocation

Place Of Performance : CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106 ROME , NY 13441-4514 USA

Country : United StatesState : New York

You may also like

PREVENTATIVE MAINTENANCE FOR GRAPHITE VERTICAL MACHINING CENTER

Due: 18 Aug, 2025 (in 16 months)Agency: BUREAU OF ENGRAVING AND PRINTING

4 Axis CNC Machining Center with Industrial Robot

Due: 20 Apr, 2024 (Today)Agency: Utah Division of Purchasing

4 Axis CNC Machining Center with Industrial Robot

Due: 20 Apr, 2024 (Today)Agency: State of Utah

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 333517Machine Tool Manufacturing
pscCode 3417Milling Machines