The RFP Database
New business relationships start here

BRAND NAME OR EQUAL CNC MILLING MACHINE


District Of Columbia, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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.

Solicitation 36C10E19Q0108 is issued as a request for quote (RFQ).

The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-01, Dated 1/22/2019.

The solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Business. The applicable NAICS Code for this solicitation is 333517 and the Small Business Size limitation is 500 Employees. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns in accordance with Public Law 109-461, Veterans First Program. Only offers from SDVOSB concerns that are registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time date set for receipt of offers shall be considered for award. Offers from SDVOSB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award.

This solicitation is issued with the intent of awarding a Firm-Fixed Price Commodity Contract. Many of the Commodity Line Items below are also being solicited using Brand Name or Equal Specifications (FAR 52.211-6). Though a Commodity Requirement, this solicitation also includes two Service Line Items (0011 and 0012).

Please provide pricing for following Line Items:

ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QTY
UNIT
UNIT PRICE
AMOUNT
0001
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 37752
1100M CNC MILLING MACHINE WITH 18" X 11" X 16.25" TRAVELS. VOLTAGE: SINGLE-PHASE 230 V.


1.00
EA




0002
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 38255
AUTOMATIC OILER KIT FOR 1100M.
1.00
KIT


0003
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31945
CALIFORNIA AIR TOOLS 4610S AIR COMPRESSOR
1.00
EA


0004
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31760
WORK STOP.
1.00
EA


0005
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31841
SUPERSOFT JAWS KIT.

1.00
KIT










Please provide pricing for following Line Items (continued):
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QTY
UNIT
UNIT PRICE
AMOUNT
0006
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31880
STANDARD 5 STEEL STEP JAW SET.
1.00
SET


0007
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 38258
TTS SUPERFLY CUTTER KIT.
1.00
KT


0008
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31802
TTS MACHINABLE BLANK.
1.00
EA


0009
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 32431
TTS SAW ARBOR: 1".
1.00
EA


0010
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 32430
TTS SAW ARBOR: 1/2".
1.00
EA


0011
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 35195
TTS ROTARY BROACH KIT.
1.00
KIT


0012
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 32447
TTS DIAMOND DRAG ENGRAVER KIT.
1.00
KIT


0013
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31822
TTS SET SCREW HOLDER: 6MM.

1.00
EA


0014
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31823
TTS SET SCREW HOLDER: 10MM.

1.00
EA


0015
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31824
TTS SET SCREW HOLDER: 12MM.

1.00
EA


0016
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31818
TTS SET SCREW HOLDER: 1/4".

1.00
EA









Please provide pricing for following Line Items (continued):
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QTY
UNIT
UNIT PRICE
AMOUNT
0017
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31819
TTS SET SCREW HOLDER: 5/16 .

1.00
EA


0018
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31820
TTS SET SCREW HOLDER: 3/8 .
1.00
EA


0019
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31821
TTS SET SCREW HOLDER: 1/2 .
1.00
EA


0020
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31350
SPINDLE SPEEDER.
1.00
EA


0021
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 38948
1100M EXTENDED WARRANTY.
1.00
EA


0022
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 33337
G WIZARD MACHINSIT CALCULATOR FOR TORMACH.
1.00
EA


0023
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 35687
AUTODESK FUSION 360 1 YEAR COMMERCIAL LICENSE.
1.00
EA


0024
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 30616
JOG SHUTTLE CONTROLLER.

1.00
EA


0025
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 38437
WATERPROOF MINI-KEYBOARD.

1.00
EA


0026
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 38722
WATERPROOF MOUSE.

1.00
EA












Please provide pricing for following Line Items (continued):
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QTY
UNIT
UNIT PRICE
AMOUNT
0027
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 35575
TOUCH SCREEN KIT.

1.00
KIT


0028
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 37289
DURAKUT 9000B MIST COOLANT.
1.00
EA


0029
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 37294
QUALICHEM XTREME CUT 251C.
1.00
EA


0030
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31386
MACHINE WAY OIL (1 GALLON).
1.00
EA


0031
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 37331
1/16 1/2" JOBBER MACHINE DRILL SET.
1.00
SET


0032
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 37441
END MILL KIT FOR STEEL #1.
1.00
KIT


0033
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 37377
END MILL KIT FOR ALUMINUM #1.
1.00
KIT


0034
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 32291
TTS METRIC TOOL HOLDER SET.

1.00
SET


0035
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 32284
TTS CNC OPERATOR SET WITH TORMACH TOOL ASSISTANT.

1.00
SET


0036
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31759
5 (127 MM) CNC VISE.

1.00
EA












Please provide pricing for following Line Items (continued):
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QTY
UNIT
UNIT PRICE
AMOUNT
0037
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31875
ELECTRONIC TOOL SETTER.

1.00
EA


0038
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31858
DIGITIZING PROBE KIT.
1.00
KIT


0039
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 38396
FOBUSTER COOLANT KIT (230 VAC) FOR 1100M.
1.00
KIT


0040
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 38443
6 TILTING 4TH AXIS KIT FOR 1100M/770M.
1.00
KIT


0041
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 38941
AUTOMATIC TOOL CHANGER KIT FOR 1100M (INCLUDES POWER DRAWBAR).
1.00
KIT


0042
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 37549
ENCLOSURE KIT.
1.00
KIT


0043
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 31446
LIFTING BAR KIT.
1.00
KIT


0044
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 38791
CONTROLLER ARM.

1.00
EA


0045
(*BRAND NAME OR EQUAL*)
BRAND: TORMACH INC.; PART NUMBER: 37325
1100M STAND.

1.00
EA


0046
INSTALLATION/RIGGING SERVICES
SERVICES IN ACCORDANCE WITH (IAW) SERVICES NOTED IN SECTION VI.
1.00
LT











Description of Requirement

The Department of Veterans Affairs has a requirement to provide a CNC (Computer Numerical Control) Milling Machine to a Service Disabled Veteran enrolled in a Vocational Rehabilitation and Employment (VRE) plan. The contractor shall provide all equipment necessary for the end result to be a CNC Milling Machine with all the functions/capabilities, as well as quality, of the TORMACH MILLING MACHINE (Line Item 0001) with all the other equipment Line Items installed. All of the equipment listed in section v. notes a BRAND and PART NUMBER. These are products already found to be Technically Acceptable and are thus the standard for any substitutes (i.e. Brand Name or Equal/FAR 52.211-6). It is understood that any substitute may have the same functions/capabilities cumulatively but may not be reflected in the same number of separate Line Items.

Line Item 0046: INSTALLATION/RIGGING SERVICES
This line item for Installation/Rigging Services includes the placement of the CNC Milling Machine on the prepared foundation in the Veteran s Workshop located in the Garage of the Veteran s Residence. The Contractor is responsible for the installation of all the various CNC Milling Machine pieces, making all required external connections, and ensuring equipment is working properly. The US Government is responsible for the Foundation, Anchoring of CNC Mill, Power, Air, Water, and any Other Necessary Fluids. The Veteran s driveway is brick pavers and can withstand the weight of any Material Handling Equipment (MHE) that may need to be employed.

Delivery Terms: FOB Destination
Delivery Address: Davenport, FL 33896. Full address will be provided upon award since this address is a Veteran s Residence.
Required Delivery Date (RDD): Request best RDD without incurring an additional expediting fee.
FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018), applies to this solicitation. The following provisions are added as addenda:

52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.211-6 Brand Name or Equal (AUG 1999)
52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998)
852.273-74 Award Without Exchanges (JAN 2003)

(End of Addendum to 52.212-1)

Submission of Offers:

Offers are due no later than March 28, 2019 by 1:00 PM EST.

Offers shall be submitted electronically to robert.mulheran@va.gov. The email subject line must contain the following: Quote in Response to 36C10E19Q0108, CNC Milling Machine .

Offers shall be based on the requirements of the solicitation, and must contain the following:

Company name, address, DUNS Number, tax identification number (TIN), and point of contact with phone number, and e-mail address.

A completed price schedule in the format as provided in Section v ;

Acknowledgement of any/all amendments;

Solicitation Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail to robert.mulheran@va.gov. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is March 20, 2019 @ 1:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers.

Amendments: Amendments to this solicitation will be posted at http://www.fedbizopps.gov (FBO). Paper copies of the amendments will NOT be individually mailed. By registering to receive notifications on FBO, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable.

QUOTE REQUIREMENTS
At a minimum, each Contractor is required to submit a quote for all line items noted in section v. If the equipment being quoted is a substitute and you feel the Line Item doesn t apply, simply quote $0.00 for that Line Item and state which quoted Line Item reflects the equivalent function/capability.
SUBSTITUTES.
Any substitutes to those Brands/Part Numbers noted in Section v. must include all necessary Technical Documents necessary to show that the substituted equipment has the same Capabilities, Functions, and Quality as those Brands/Part Numbers noted in Section v.
Submitted quotes should be valid for a minimum of 60 Days.
FAR 52.212-2, Evaluation-Commercial Items (OCT 2014) applies to this solicitation. The following details the Basis for Award and the applicable Evaluation Criteria.

Basis for Award: 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, price and other factors considered. The following factors shall be used to evaluate offers:

Technical capability of the item offered to meet the Government requirement.
Acceptable: The quoted equipment either exactly matches the noted Brands/Part Numbers in section v. OR any substitute meets ALL the following minimum specifications:
CNC Milling Machine Power Source: 230 V, Single Phase.
CNC Milling Machine with a minimum of a 12-tool automatic tool changer.
CNC Milling Machine minimum Table size of 34 X 9.5 .
CNC Milling Machine has 4th Axis functionality.
CNC Milling Machine minimum Travel distances: X Axis: 18.0 , Y Axis: 11.0 , and Z Axis: 16.25 .
CNC Milling Machine has all the equivalent associated Tooling Kits noted in Section V.
Unacceptable. Any quote that isn t found to be Acceptable per the minimum specifications noted above (1.1 Acceptable).
Offers the lowest reasonable and balanced price.
The Government will evaluate each offeror's proposed prices submitted in completed RFQ for reasonableness and balance as discussed in the following paragraphs 2.1.1 and 2.1.2. Offerors are advised to review all data items and ensure that they are proposing to the specific data requirements and level of effort involved.
Reasonableness: The existence of adequate price competition is expected to support a determination of reasonableness. Price analysis techniques may be used to validate price reasonableness. If adequate price competition is not obtained and/or if price reasonableness cannot be determined using price analysis of Government obtained information, additional information may be required to support the proposed price.
Balance: Unbalanced pricing exists when, despite an acceptable price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of proposal analysis techniques. The Government will analyze the proposed prices to determine whether there are unbalanced separately priced line items. Prices submitted will be compared and evaluated to assure that a logical progression exists as related to price and quantity changes within each offeror s response to the pricing structure in the Schedule. Offerors are cautioned against submitting an offer that contains unbalanced pricing; offers that are determined to be unbalanced may be rejected if the lack of balance poses an unacceptable risk to the Government.
FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2018) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________.

FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) applies to this solicitation. The following clauses are added as addenda:

52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
52.252-2 Clauses Incorporated by Reference (FEB 1998)
852.203-70 Commercial Advertising (MAY 2008)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
(JUL 2016)(DEVIATION)
852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018)
852.232-72 Electronic Submission of Payment Requests (Nov 2018)
852.246-71 Rejected Goods (OCT 2018)

(End of Addendum to 52.212-4)

52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2019), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation:

Paragraph b clauses applicable:

(4) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2018)
(8) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015)
(22) 52.219-28 Post-Award Small Business Program Representation (JUL 2013)
(25) 52.222-3 Convict Labor (JUNE 2003)
(26) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JAN 2018)
(27) 52.222-21 Prohibition of Segregated Facilities (APR 2015)
(28) 52.222-26 Equal Opportunity (SEP 2016)
(30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
(33) 52.222-50 Combating Trafficking in Persons (JAN 2019)
(42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
(47) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014)
(49) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)
(55) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (OCT 2018)

Paragraph c clauses applicable:

(2) 52.222-41 Service Contract Labor Standards (MAY 2014)
(3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)

Employee Class
Monetary Wage Fringe Benefits
30084 Engineering Technician IV
GS-7

(8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015)
(9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017)

In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.

This Statement is for Information Only: It is not a Wage Determination

Service Contract Labor Standards (01/01/2019): Wage Determination No.: 2015-4541,
Revision No.: 7, Date Of Revision: 12/26/2018,

Additional Contract Requirements or terms and conditions: Wage Determination 2015-4541 (Rev.7) is incorporated into this contract by reference and can be found at the following link: https://www.wdol.gov/wdol/scafiles/std/15-4541.txt?v=7

Defense Priorities and Allocations Systems and assigned rating: N/A

Offers are due no later than March 28, 2019 by 1:00 PM EST. Offers shall be submitted electronically to email address Robert.Mulheran@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #36C10E19Q0108. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM), and all SDVOSB must be certified by the Center for Veterans Enterprise (CVE) at www.vetbiz.gov, to be eligible to participate and to receive an award.

For additional information, please contact the Contracting Officer, Robert Mulheran at (612) 970-5621, or via e-mail to Robert.Mulheran@va.gov.

Robert Mulheran
Robert.Mulheran@va.gov
(612) 970-5621

robert.mulheran@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP