The RFP Database
New business relationships start here

Doosan Puma Lathe Equipment


New Jersey, United States
Government : Military
RFP
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; proposals are being requested and a written solicitation will not be issued. Solicitation W15QKN-19-R-0150 is issued as a Request for Proposal (RFP) and the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-04. This notice is being competed under a 100% small business set aside, and the applicable NAICS is 333517, with a small business size standard of 500 employees.  Additionally, brand name specifications are part of this requirement.  See Attachment 0006 - Brand Name Justification posted with this RFP.


The Government intends to award a single firm fixed price contract as a result of this RFP. The evaluation of proposals shall be conducted utilizing the lowest priced technically acceptable evaluation approach. Selection of a proposal for award will be based on evaluation of proposals in the areas of Technical and Price with award being made to the offeror whose proposal is the lowest priced and is technically acceptable. Under this evaluation approach, a proposal would not receive any additional credit for exceeding the established minimum defined requirements of technical acceptability.
The Government requirement is to provide and deliver a quantity of one (1) Doosan Puma 700L Lathe that meets the minimum technical criteria delineated in Attachment 0001 - Statement of work (SOW) and Attachment 0002 - Contract Data List Requirements (CDRLs) A001 thru A004. As part of the minimum technical requirements for the equipment, installation and operator training shall also be provided in accordance with the SOW. The period of performance of the effort to include installation and operator training is sixteen (16) weeks from contract award in accordance with the SOW. Award will be made based on attachment 0003 - Evaluation Criteria - Lathe.


Delivery/Installation/Training will be at the following address:
US Army CCDC-AC
FCDD-ACM-AM Attn: TBD
3150 Gately Rd.,
Picatinny Arsenal, NJ 07806-5000


All proposals must be submitted in accordance with the RFQ and following attachments: Attachment 0001 - Statement of Work (SOW, Attachment 0002 - CDRL A001 thru A004, Attachment 0003 - Evaluation Criteria - Lathe, and Attachment 0004 - Section A Language, to be considered for an award.


Offerors shall provide firm fixed prices in accordance with the following CLIN structure:

CLIN 0001 - Doosan Puma 700L Lathe       $___________.
                  W/Training/Install/Delivery

CLIN 0002 - CDRLs A001-A004 - **Not Separately Priced**.


The following FAR provisions and clauses shall apply to the solicitation and resultant contract and are included in the solicitation by reference:

FAR provision 52.212-1, Instructions to Offerors - Commercial.

FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items is incorporated by reference, or vendors may indicate representations and certifications are current and available via the System for Award Management (SAM) at www.sam.gov.


FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items is applicable to this acquisition.


FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the additional FAR clauses cited are applicable to this acquisition:, 52.204-10, 52.209-6, 52.203-19, 52.209-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-43, 52.222-50, 52.223-18, 52.232-33, 52.233-3, 52.233-4.


The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) provisions/clauses are applicable and incorporated by reference: 52.204-7, 52.204-13, 52.204-18, 52.243-1, 52.246-2, 52.247-34, 252.203-7000, 252.204-7002, 252.204-7003, 252.204-7012, 252.215-7008, 252.225-7000, 252.225-7001, 252.225-7002, 252.225-7036, 252.232-7003, 252.232-7006, 252.232-7010, 252.243-7001, 252.244-7000, and 252.247-7023.


52.252-2 - - Clauses Incorporated by Reference

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es):


FAR/DFARS - http://farsite.hill.af.mil/vffara.htm



ACC-NJ Local Clauses also apply to this RFQ and resultant award: For full text on Local Clauses see Attachment 0005 - Local Clauses.


The Government will accept written questions by email ONLY, no later than August 20, 2019. Proposals must be received NO LATER THAN August 26, 2019, by 3:00PM EST. Questions and proposals shall be directed to the following points of contact: US Army Contracting Command, Attn. William Tenz, ACC-NJ-JA, Bldg. 09, Picatinny, NJ 07806-5000, e-mail: william.d.tenz.civ@mail.mil and Christina A. Makhijani, e-mail christina.a.makhijani.civ@mail.mil.


William Tenz, Business Specialist, Email william.d.tenz.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP