Opportunity: 3-Axis Upgrade Kit for Cincinnati Vertical Turning

Description 

R17PS00613 - Combined Synopsis/Solicitation 3-Axis Upgrade Kit for Cincinnati Vertical Turning Lathe at Hoover Dam 10/24/2017 - Amendment 0002 - The purpose of this amendment is to 1) provide the Questions & Answers document, 2) provide the revised specifications and to 3) extend the Quote Due Date to Friday, November 3, 2017 at 4:00 P.M., PDT. 10/04/2017 - Amendment 0001 - The purpose of this amendment is to provide a Site Visit Attendee List and to extend the Quote Due Date to Friday, October 27, 2017 at 4:00 P.M., PDT. (i) 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. (ii) To facilitate electronic quote submissions through FedBizOpps, a request for quote (RFQ No. R17PS00613) is being issued subsequent to this combined solicitation/synopsis. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-95, dated 01/19/2017. (iv) This requirement is a small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 333517, Machine Tool Manufacturing. The small business size standard for NAICS Code 333517 is 500 employees. (v) Line item 0001 - 3-Axis Upgrade Kit for Cincinnati Vertical Turning Lathe, in accordance with the Specifications. Attachment 1 - Specifications provides a more detailed description of the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number R17PS00613). (vi) The Bureau of Reclamation has a requirement for a contractor to fabricate, deliver and install a 3-Axis Upgrade Kit for Hoover Dam¿s existing Cincinnati Vertical Turning Lathe (that conforms to all the requirements listed in Attachment 1 - Specifications). (vii) Performance will begin on or about November 2017. All items shall be delivered to Bureau of Reclamation, Hoover Dam Central Warehouse, State Route 172, Boulder City, NV 89005-0400. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items (ix) FAR provision 52.212-2, Evaluation - Commercial Items Determination of award will be based on price and other factors and receipt of a responsive quote from a responsible offeror. The following shall be used in a comparative evaluation of offers in accordance with FAR 13.106-2(b)(3): (i) technical capability of the item offered to meet the Government requirement as described in the attached Specifications, (ii) experience; and (iii) past performance. The Government reserves the right to select a response that provides benefit to the Government that exceeds the minimum, but is not required to do so. Responses may exceed the requirements but the Government is not requesting or accepting alternate quotes; each quote must respond to the requirements in this solicitation. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEPT 2006), WITH ALTERNATE I (OCT 1995) 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6, PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT. (OCT 2015) 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2014) 52.219-13, NOTICE OF SET-ASIDE OF ORDERS (NOV 2011) 52.219-14, LIMITATIONS ON SUBCONTRACTING (JAN 2017) 52.219-28, POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) 52.222-3, CONVICT LABOR (JUNE 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEPT 2016) 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37, EMPLOYMENT REPORTS ON VETERANS (FEB 2016) 52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50, COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (OCT 2015) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008) 52.232-29, TERMS FOR FINANCING OF PURCHASES OF COMMERCIAL ITEMS (FEB 2002) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) (xiii) Additional contract requirements include the following clauses and provisions: 52.203-18, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017) 52.225-25, PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATION (OCT 2015) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.242-15, STOP-WORK ORDER (AUG 1989) 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 1452.201-70, AUTHORITIES AND DELEGATIONS (SEP 2011) 1452.215-71, USE AND DISCLOSURE OF PROPOSAL INFORMATION--DEPARTMENT OF THE INTERIOR (APR 1984) 1452.222-80, NOTICE OF APPLICABILITY--COOPERATION WITH AUTHORITIES AND REMEDIES - CHILD LABOR--BUREAU OF RECLAMATION (JAN 2004) 1452.222-81, EMPLOYMENT VERIFICATION 1452.223-82, PROTECTING FEDERAL EMPLOYEES AND THE PUBLIC FROM EXPOSURE TO TOBACCO SMOKE IN THE FEDERAL WORKPLACE--BUREAU OF RECLAMATION - (DEC 2009) 1452.225-82, NOTICE OF WORLD TRADE ORGANIZATION GOVERNMENT PROCUREMENT AGREEMENT EVALUATIONS--BUREAU OF RECLAMATION (MAY 2005) 1452.237-80, SECURITY REQUIREMENTS--BUREAU OF RECLAMATION (FEB 2017) DOI-AAAP-0028, ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) (APR 2013) DOI-AAAP-0050, CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (DEC 2015) (xiv) Not applicable (xv) All questions shall be submitted via email to jschilke@usbr.gov no later than October 4, 2017, by 4:00 P.M., PDT. Offers are due November 3, 2017, by 4:00 P.M., PDT. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically through FedBizOpps or via email to jschilke@usbr.gov. (xvi) The Point of Contact for this solicitation is Ms. Jennalyn Schilke. She may be reached via e-mail at jschilke@usbr.gov, or by phone at 702-293-8030. A site visit will be held on Wednesday, September 27, 2017, at 1:30 P.M, PDT. Please contact Ms. Jennalyn Schilke at JSchilke@usbr.gov prior to the day of the site visit, if you plan to attend. All attendees shall meet at the Winged Statues of the Republic, on the Nevada side of Hoover Dam. A parking fee will apply at certain Hoover Dam parking lots. Please allow 15 minutes of walking time from parking to the meeting location. It is strongly encouraged that any prospective offerors attend the site visit.

Overview 
Reference number: R17PS00613
Issue date: 09/19/2017
Response due: 11/03/2017 07:00 PM US/Eastern

Set Aside: Total Small Business
NAICS: 333517-MACHINE TOOL MANUFACTURING
PSC / FSC: 3461-ACCESSORIES FOR SECONDARY METALWORKING MACHINERY

Agency: DOI

Contracting office:

Bureau of Reclamation
Lower Colorado Region
Regional Office
500 Fir Street
Boulder City, NV 89005


Place of Performance:

Hoover Dam
Bureau of Reclamation
Hoover Dam Warehouse #2 1000 Hoover
Dam Access Rd US 93, Exit 2
Boulder City, NV 89005


Contact: Jennalyn Schilke
Phone:
Fax:
Email: JSchilke@usbr.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2024 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect