Federal Bid

Last Updated on 21 Sep 2020 at 5 AM
Combined Synopsis/Solicitation
Coraopolis Pennsylvania

HAAS TL-2 LATHE

Solicitation ID FA671220Q0016
Posted Date 21 Sep 2020 at 5 AM
Archive Date 30 Oct 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa6712 911 Aw Lgc
Agency Department Of Defense
Location Coraopolis Pennsylvania United states 15108

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request For Quote (RFQ) number is FA671220Q0017. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-08. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Clauses can be accessed in full text at these addresses: www.acquisition.gov. The NAICS code is 333517 and the Small Business Standard is 500 Employees.

The 911th Airlift Wing-Pittsburgh Air Reserve Station intends to negotiate a sole source contract with Phillips Corporation Inc. Phillips Corporation Inc. is the sole and exclusive distributor of Haas CNC Machine tools. This single source procurement will be in accordance with FAR 13.106-1(b)(1).

This Request for Quote (RFQ) solicitation is issued under the authority of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures.  FAR Part 15 will not be used.

Award shall be made on the evaluation basis of Lowest Price Technically Acceptable. This requirement is currently an Unfunded Request. Should funding become available, award will be made.

The Pittsburgh 911th Airlift Wing located in Coraopolis, PA has a requirement for the following:

CLIN 0001: 
-CNC Toolroom Lathe with 16" x 48" (406 x 1219 mm) max capacity

Haas TL-2 Lathe

Includes:

STANDARD PROGRAM MEMORY, 1 GB

COOLANT PUMP KIT

CHIP ENCLOSURE

EARLY POWER-FAILURE DETECTION MODULE

ETHERNET INTERFACE

HAASCONNECT: REMOTE MONITORING

HAASDROP

VISUAL PART PROGRAMMING SYSTEM

WIFI CONNECTION FOR THE HAAS CONTROL

WORK LIGHT

CROSS-SLIDE, TOOLING READY

FAR CLAUSES AND PROVISIONS

 52.202-1, Definitions

52.204-7, System for Award Management

52.204-13, SAM Maintenance

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.209-6, Protecting the Government’s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)

52.211-6, Brand Name or Equal

52.212-1, Instructions to Offerors - Commercial Items

52.212-3 Alt I  Offeror Representations and Certifications – Commercial Items

52.212-4, Contract Terms and Conditions - Commercial Items

52.219-6  Notice of Total Small Business Set-Aside

52.219-28, Post Award Small Business Program

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran – Representations and Certifications

52.232-1,  Payments

52.232-11, Extras

52.232-39 Unenforceability of Unauthorized Obligations

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-3, Protest After Award (AUG 1996)

52.233-4  Applicable Law for Breach of Contract Claim (OCT 2004)

52.243-1, Changes Fixed Price (AUG 1987)

52.247-34, F.O.B-Destination

52.252-2 Clauses Incorporated by Reference

52.252-6, Authorized Deviations in Clauses

52.212-5, Contract Terms and Conditions Required to Implement Statutes or

Executive Orders - Commercial Items including: 52.203-6 Restrictions on

Subcontractor sales to the Government, 52.204-10 Reporting Executive

Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the

Government's Interest When Subcontracting with Contractors Debarred,

Suspended, or Proposed for Debarment, 52.219-6 Notice of Total Small

Business Set-Aside (Mar 2020), 52.219-28 Post Award Small Business Program

Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation

with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities,

52.222-26 Equal Opportunity, 52.222-36 Equal Opportunities for Workers

w/ Disabilities, 52.222-40 Notification of Employee Rights Under the National

Labor Relations Act, 52.222-50 Combating Trafficking in Persons, 52.223-11

Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban

Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases,

52.232-34, Payment by Electronic Funds Transfer--Other than System for Award

Management

DFARS CLAUSES AND PROVISIONS

252.203-7000 Requirements Relating to Compensation of Former DoD

Officials,

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.203-7005 Representation Relating to Compensation of Former DoD

Officials

252.204-7008 Compliance With Safeguarding Covered Defense Information

Controls

252.204-7015, Disclosure of Information to Litigation Support Contractors

252.211-7003 Item Identification and Valuation

252.223-7008 Prohibition of Hexavalent Chromium

252.225-7001, Buy American Act & Balance of Payments Program

252.225-7002, Qualifying Country Sources as Subcontractors

252.225-7036, Buy American Act, Free Trade Agreements, Balance of

Payments Program

252.225-7048, Export Controlled Items

252.232-7003, Electronic Submission of Payment Requests and receiving Reports

252.232-7006, Wide Area Workflow Payment Instructions

252.232-7010, Levies on Contract Payments

252.244-7000, Subcontracts for Commercial Items

AFFARS Clauses

5352.201-9101, Ombudsman

5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances

This announcement will close at 12:00 PM EDT local time on 09/24/2020. Oral communications are not acceptable in response to this notice. Contractor MUST reference solicitation FA671220Q0017.

52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria:

  1. Technical Acceptability
  2. Price

Technical Evaluation Ratings:

Rating:                   Description:

Acceptable           Submission Clearly meets the essential salient characteristics

Unacceptable     Submission does not clearly meet the salient characteristics

System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

Method of quote submission:  email to [email protected]

All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 333517, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Advance payments are not authorized.

Bid Protests Not Available

Similar Past Bids

Location Unknown 03 Jul 2012 at 3 PM
Sparta Wisconsin 18 Jul 2014 at 6 PM
North little rock Arkansas 24 Jun 2025 at 8 PM
Fort campbell Kentucky 11 Sep 2018 at 5 PM
Tacoma Washington 10 Sep 2018 at 11 PM

Similar Opportunities

San diego California 17 Jul 2025 at 7 PM
Havelock North carolina 14 Aug 2025 at 8 PM
Location Unknown 14 Jul 2025 at 4 AM
Picatinny arsenal New jersey 29 Jul 2025 at 9 PM
Pennsylvania 19 Jul 2025 at 4 AM (estimated)