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; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ_F8T2LG6350A004 is being issued as a Request for Quotation (RFQ). Quotes are due by 10 May 2017 @ 5:00 PM EST. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This solicitation is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code for this acquisition is 333517 and the Small Business size standard is 500 Employees. The FSC for this acquisition is 3442 Machine Tool Manufacturing. The following commercial product is requested in this solicitation:
CLIN 0001
Hass ST-25 CNC lathe or Equal
15" x 21" (381x533 mm) max capacity, 3.0" (76mm) bar, 31.75" (806mm) swing, 30 hp (22.4 kw) vector drive, 3400 rpm, A2-6 spindle, 10" (254mm) chuck, 12-station bolt on turret, 15" color LCD monitor, memory lock keyswitch, USB port and rigid tapping. Standard toolholder kit included with BOT or Hybrid Turret Standard Features Include: Coolant Tank 55-Gallon (208 liter) Coolant Tank with ¾ hp (0.6 kW) pump Tooling Bolt-On Toolholder Kit; includes 1 each 1" face groove, 2 each 1" ID, 3 each 1.5" ID, 1 each 230VAC 3-Phase
With One (1)-Year Standard Warranty
QTY: 1 EA
FOB: Destination
CLIN 0002
Haas Automatic Tool Pre-setter (ATP) or Equal
Option 1 for automated and manual modes of operation.
QTY: 1 EA
FOB: Destination
CLIN 0003
Hass Expanded Memory Option or Equal
On-Board solid state memory
QTY: 1 EA
FOB: Destination
CLIN 0004
Hass Intuitive Programming System (IPS) option or Equal
User-friendly Automated G-code interface
Walk-through programming color interface for CNC Lathe
QTY: 1 EA
FOB: Destination
CLIN 0005
Haas Visual Quick Code (VQC) option or Equal
Template-driven conversational programming system for creating simple G-code programs. On-screen G-code Generator. Allows user to create custom pre-set templates.
QTY: 1 EA
FOB: Destination
CLIN 0006
Haas Ethernet Option or Equal
Ethernet option allows high-speed large data transfer from CNC Machine to local network computer. Data transfer of DNC files up to 1000 blocks per second from the network.
QTY: 1 EA
FOB: Destination
CLIN 0007
Haas Remote Jog Handle (RJH-C) Option or Equal
Enhanced Remote Jog Handle with color LCD features a 2.8" color graphic display, an 11-button keypad, a triple-knob motion-control system. Allows infinitely variable jog speeds, and a built-in LED inspection light. Operators can move the machine axes around while in a position to see what's happening up-close. Eliminates operator movement back and forth between the work area inside the machine and the control pendent outside the machine. Operators can set tool and work offsets, jog up to 9 axes, display machine position, show the current program running and much more from the jog handle.
QTY: 1 EA
FOB: Destination
CLIN 0008
Haas LCC2 Automated Chip Removal System Option or Equal
Automated chip shaving removal. Belt-type chip conveyor removes chips from the machine, and discharges them into a 55-gallon barrel height.
QTY: 1 EA
FOB: Destination
CLIN 0009
Haas Liner Guide Adapter Kit
LAGK300 and LINERKIT-30 for Haas 3" spindle Option or Equal Haas Liner Guide Adapter Kit for all Haas spindles with 3" (76 mm) bar capacity and 84 mm hydraulic closer threads (SL-30, TL-25, ST-30). Allows the use of liners for .375" (9 mm), .5" (13 mm), .75" (19 mm), .875" (22 mm), 1" (26 mm), 1.125" (28 mm), 1.25" (32 mm), 1.375" (35 mm), 1.5" (38 mm), 1.75" (45 mm), 2" (50 mm), 2.25" (57 mm), 2.5" (63 mm) and 2.75" (70 mm) diameter bars.
QTY: 1 EA
FOB: Destination
CLIN 0010
Equipment IUID tag plate per MIL-STD-130x
QTY: 1 EA
FOB: Destination
CLIN 0011
Freight / Shipping
QTY: 1 EA
FOB: Destination
PROVISIONS AND CLAUSES
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management at http://sam.gov at Wide Area Work Flow (WAWF) at http://wawf.eb.mil
FAR 52.204-7, System for Award Management Registration
FAR 52.204-9, Personal Identity Verification of Contractor Personnel
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-16, Commercial and Government Entity Code Maintenance
FAR 52.212-1, Instructions to Offerors-Commercial Items
FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. Lowest price technically acceptable is the evaluation criteria.
FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item System for Award Management at http://sam.gov
FAR 52.212-4, Contract Terms and Condition-Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-28, Post Award Small Business Representation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-41, Service Contract Labor Standards
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-5, Pollution Prevention and Right to Know Information
FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.237-1, Site Visit
FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation
FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil
DFARS 252.201-7000, Contracting Officer's Representative
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law
DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials
DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate
DFARS 252.225-7001, Buy American Act and Balance of Payments Program
DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III
Interested vendor are to provide their size standards, CAGE code, DUNS #, and tax identification.
All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award. The NAICS number must be listed on firm's in Certs & Reps SAM profile. Quotes are required to be submitted on FBO or E-mail no later than 10 May 2017, 5:00 PM EST.
Offerors can submit their quote any time before the due date to: Michael Kitchell at [email protected] please verify receipt of your quote.