Federal Bid

Last Updated on 08 Oct 2014 at 9 AM
Combined Synopsis/Solicitation
Dahlgren Virginia

METALWORKING MACHINERY

Solicitation ID N0017814R1014
Posted Date 06 Aug 2014 at 11 AM
Archive Date 08 Oct 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Dahlgren Virginia United states
This synopsis/solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov

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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Synopsis/Solicitation N00178-14-R-1014 is issued as a Request for Proposal (RFP). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74. This requirement is not eligible for small business set-aside.

The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure, on a brand name basis, two (2) fully automated milling machines manufactured by Haas Automation Inc. The required machinery is the only machinery suitable and capable of meeting the Government's requirements due to current software, training, and tooling with existing equipment.

CLIN 0001: Qty. l EA - Model VF-4SS Super-Speed Vertical Machining Center; 50"x20"x25"
Includes the following options: 4AXBL, CC3, Ethernet, Expanded Memory, HIL, HSM, IPS, P-COOL, PFDM, RJIH-C, TSC50T, WIPS-R, Accessory ACF filter system, Tooling: TPS24CT, Rig_VFSS, HRT210 Rotary Table, and Rotary Accessories: HTS6, and LC10-B.

CLIN 0002: Qty. l EA- Model VF-3SSYT Super-Speed Vertical Machining Center; 40"x26"x25"
Includes the following options: 4AXBL, CC3, Ethernet, Expanded Memory, HIL, HSM, IPS, P-COOL, PFDM, RJH-C, TSC50T, WIPS-R, Accessory ACF filter system, Tooling: TPS24CT, 2nd Manicon Board, HRT310 Rotary Table, and Rotary Accessories: HTS9 and LC10-B.

Shipping terms shall be FOB Destination, Dahlgren VA. Delivery shall be 30 Days ARO
Inspection and Acceptance shall be made at NSWC Dahlgren, VA 22448

The following provisions and clauses are applicable to this procurement:

52.212-1 (no addendum);

FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 52.212-2 (a) Evaluation Criteria order of importance:
1) Technical Capability
2) Price
3) Past Performance

FAR 52.212-3 Offeror Representations and Certifications Alt1 - Offerors are to include a completed copy with their offer;

FAR 52.212-4, Contract Terms and Conditions-Commercial Items (no addendum);

52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items with the additional FAR clauses: 52.203-6, 52.204-10, 52.219-8, 52.219-28, 52.222-3, 52.22-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.232-33;

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirements to Inform Employees of Whistleblower Rights

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.204-0001 Line Item Specific: Single Funding

DFARS 252.204-7003 Control of Government Personnel Work Product

DFARS 252.204-7004 Alt A System for Award Management

DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information

DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country

DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law

DFARS 252.211-7003 Item Unique Identification and Valuation

DFARS 252.225-7020 Trade Agreements Certificate

DFARS 252.225-7021 Trade Agreements

DFARS 252.225-7048 Export-Controlled Items

DFARS 252.232-7003 Electronic Submission of Payment Requests

DFARS 252.232-7006 Wide Area Workflow Payment Instructions

DFARS 252.232-7010 Levies on Contract Payments

DFARS 252.246-7000 Material Inspection and Receiving Report

DFARS 252.243-7001 Pricing of Contract Modifications

DFARS 252.243-7002 Requests for Equitable Adjustment

Sea HQ C-2-0024, Extension of Commercial Warranty (NAVSEA)

52.211-14 - Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulations.

In order to minimize the risk of the government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and to ensure that the Government purchases only equipment that is genuine (i.e., not counterfeit or gray market), authorized (e.g., including appropriate licenses), and supported (e.g., warranty and support services) by the OEM, Vendor shall certify that it is a Manufacturer Authorized Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. By submitting a response to an Request for Quote (RFQ) or Request for Proposal (RFP) , the Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Partners only, in accordance with Manufacturer's applicable policies in effect at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software.

Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 12. The order shall be firm fixed price. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.

Proposals are due 25 August 2014, no later than 12:00 pm EDT with an anticipated award date of 15 September 2014. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.

Questions and responses regarding this synopsis/solicitation may be submitted to Sara Kniceley by email at [email protected]. All questions shall be submitted to the Government POC listed no later than 12:00 p.m., 21 August 2014 to allow ample response time before the close of the bidding period. Email should reference Synopsis/Solicitation Number in the subject line.


Attachments:
1- Justifications & Approvals (J&A)

 

Bid Protests Not Available

Similar Past Bids

Charlotte North carolina 17 Apr 2020 at 6 PM
Location Unknown 18 Jul 2016 at 11 AM
Philadelphia Pennsylvania 05 Sep 2019 at 4 PM
New cumberland Pennsylvania 01 Apr 2021 at 4 AM
Dahlgren Virginia 08 Sep 2015 at 1 PM

Similar Opportunities

San diego California 17 Jul 2025 at 7 PM
Location Unknown 11 Jul 2025 at 4 PM
Washington District of columbia 01 Aug 2025 at 3 AM
Washington District of columbia 01 Aug 2025 at 3 AM
Philadelphia Pennsylvania 18 Aug 2025 at 4 AM