COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS
1. Class Code: 6640
2. NAICS Code: 334516
3. Subject: One (1) brand name or equal Okuma MULTUS B400 Lathe (CNC Multi-axis) and One (1) brand name or equal Okuma LU45-II Lathe (CNC Simultaneous)
4. Solicitation Number: W911QX23Q0157
5. Set-Aside Code: Total Small Business Set-Aside
6. Response Date: Seven (7) Business Days (20 September 2023) after date of posting.
7. Place of Delivery/Performance:
U.S. Army Research Laboratory
Shipping & Receiving
Aberdeen Proving Ground
Aberdeen, MD 21005
8.
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.
(ii) The solicitation number is W911QX23Q0157. This acquisition is issued as an request for quotation (RFQ)
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05.
(iv) The associated NAICS code is 334516. The small business size standard is 500 Employees.
(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):
CLIN 0001: CNC Multi-axis Lathe
CLIN 0002: CNC Simultaneous Lathe
CLIN 0003: Shipping
CLIN 0004: Rigging
CLIN 0005: Electrical Service
(vi) Description of requirements:
The Government requires one (1) brand name or equal Okuma MULTUS B400 Lathe and one (1) brand name or equal Okuma LU45-II Lathe. The systems shall include the following:
Quantity one (1) CNC Multiaxis Lathe
o Shall have Collision Avoidance System (CAS).
o Shall have Big Bore Spindle Option with a diameter of 4.33 inches with a through Spindle ID Bore.
o Shall have double sided support with big bore sub-spindle with a weight of 1,430 pounds.
o Shall have a Highspeed (H1) Mill Spindle with 20,000 revolutions per minute (RPM).
o Shall have Chip Blaster 1200 Coolant Mist Collector.
o Shall have a pump mounted coolant chiller with 34,000 British thermal unit (BTU) cooling capacity.
o Shall have a coolant chiller compatible with F and V SERIES high pressure pumps with install included.
o Shall have a 40-volt high pressure unit with ten (10) gallons per minute (gpm) and 1000 pounds per square inch (psi).
o Shall have a variable volume with a 100-gallon tank.
o Shall have Big Bore Spindle with cylinder and drawtube on left.
o Shall have Big Bore Spindle with cylinder and drawtube on right.
o Shall have a B-Axis with contouring.
o Shall have a spindle revolutions per minute (RPM) of 10,000.
o Shall have a lathe tool index function.
o Shall have a six (6) inch mist collector.
o Shall have a C-Axis synchronize function for both spindles.
o Shall have a 5-Axis machining kit.
o Shall have a 10-program cap.
o Shall have a right discharge, drum filter and conveyor.
o Shall have a manual touch setter.
o Shall have an auto gauging Renishaw.
o Shall have a steady rest.
o Shall have a bar feed cover.
o Shall have a Big Bore, high precision C-Axis.
o Shall have a Helical Cutting for all axis(s).
o Shall include a five (5) year parts warranty.
o Shall include annual machine support.
o Shall include Automatic Steady Rest with a capacity of 2.05 inches to 11.02 inches with central lubrication.
o Shall include a single ended mounted hydraulic center to include hoses, fittings and install.
o Shall include a tooling certificate with a face value of $40,000.00.
o Shall include a 19.6-inch Jaw Chuck with adapter, hydraulic cylinder and mounting hardware.
o Shall include install for Jaw Chuck.
o Shall include Shipping, Freight and Rigging.
o Shall include machine install.
o Shall include machine training.
Quantity one (1) CNC Simultaneous Lathe
o Shall have a big bore with sizing 5.12 inch in diameter.
o Shall have a conventional two-axis programming with complete steps and language.
o Shall have the capability to simultaneously cut by both turrets.
o Shall have the capability for a single turret to cut without indexing.
o Shall have the capacity to hold permanent tooling.
o Shall have a Big Bore Main.
o Shall have a Big Bore Spindle without a chuck.
o Shall have a switchable hi to low tailstock thrust, hydraulic quill.
o Shall have steady rest.
o Shall have an upper turret.
o Shall have a right discharge hinge conveyor.
o Shall have a high-pressure coolant prep with 1000 pounds per square inch (psi).
o Shall have a manual touch setter.
o Shall have a collision avoidance system.
o Shall have a portable pulse handle.
o Shall have a multi-tap transformer with 50/60 hertz (HZ).
o Shall include Live Kit.
o Shall include Static Kit.
o Shall include a five (5) year parts warranty.
o Shall include one year machine support.
o Shall include a tooling certificate with a face value of $10,000.00.
o Shall include Shipping, Freight and Rigging.
o Shall include machine install.
o Shall include machine training.
o Shall include Automatic Steady Rest with a capacity of 1.18 inches to 9.95 inches with central lubrication.
o Shall include a single ended mounted hydraulic center to include hoses, fittings and install.
o Shall include a 19.6-inch Jaw Chuck with adapter, hydraulic cylinder and mounting hardware.
o Shall include install for Jaw Chuck.
o Shall have Chip Blaster 1200 Coolant Mist Collector.
o Shall have a pump mounted coolant chiller with 34,000 British Thermal Unit (BTU) cooling capacity.
o Shall have a coolant chiller compatible with F and V SERIES high pressure pumps with install included.
o Shall have a 40-volt high pressure unit with ten (10) gallons per minute (gpm) and 1000 pounds per square inch (psi).
Compatibility
The Government requires that the machines are compatible and work together. These machines have the capability of roughing and finishing in a single operation while also having 5-axis CNC milling to reduce multiple setup times. One machine will have 2 turrets one for roughing and one for finishing that can rough and finish projectile profiles at the same instance which would improve process cycle times. Both machines will have a through bore to support the manufacturing of various projectile components.
(vii) Delivery is required 12-months after contract award (ACA). Delivery shall be made to ADELPHI LABORATORY CENTER, 2800 Powder Mill Road, Adelphi, MD 20783-1138, truck shipments are accepted at Building #102, Receiving Room, Monday through Friday (except holidays) from 7:30 AM to 4:00 PM only. The FOB point is Destination.
(viii) The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A
(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:
In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government's minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government's minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):
Price
Technical Capabilities/Specification
Past Performance
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A
(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause N/A
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:
FAR:
52.203-3: GRATUITIES (APR 1984)
52.203-6 Alt I: RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020)
52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)
52.204-25: PROHIBITON ON CONTRACTING FOR CERTAINTELECOMMUNICATIONS AND SURVEILLANCE SERVICES OR EQUIPMENT.
52.209-6: PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)
52.219-6: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020)
52.219-8: UTILIZATION OF SMALL BUSINESS CONCERNS (DEVIATION 2023-O0002) (DEC 2022)
52.219-14: LIMITATIONS ON SUBCONTRACTING (OCT 2022)
52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021)
52.219-33: NONMANFACTURER RULE (SEP 2021)
52.222-3, CONVICT LABOR (JUN 2003)
52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022)
52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
52.222-26: EQUAL OPPORTUNITY (SEP 2016)
52.222-35: EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)
52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)
52.222-37: EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE 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 (NOV 2021)
52.222-54: EMPLOYMENT ELIGIBILITY VERIFICATION (NOV 2021)
52.223-18: ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
52.232-33: PAYMENT BY ELECTRONIC FUNDS TRANSFER CENTRAL CONTRACTOR REGISTRATION (OCT 2018)
DFARS:
*252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)
252.204-7004: DOD ANTITERRORISM AWARENESS FOR CONTRACTORS (FEB 2019)
252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016)
*252.204-7016: COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES REPRESENTATION (DEC 2019)
*252.204-7017: PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES REPRESENTATION (DEC 2019)
252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021)
252.204-7022: EXPEDITING CONTRACT CLOSEOUT (MAY 2021)
252.205-7000: PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (JUN 2023)
*252.213-7000: NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018)
*252.215-7008: ONLY ONE OFFER (JUL 2019)
252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)
252.225-7001: BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM
252.225-7007: PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018)
252.225-7012: PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017)
252.225-7048: EXPORT-CONTROLLED (JUNE 2013)
252.225-7052: RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (JAN 2023)
*252.225-7055: REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022)
252.225-7056: PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023)
252.226-7001: UTILIZATION OF INDIAN ORGANIZATIONS, AND INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (APR 2019)
252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.243-7002: REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012)
252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)
252.246-7008: SOURCES OF ELECTRONIC PARTS (MAY 2018)
252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)
(xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):
FAR PROVISIONS:
52.204-7: SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)
52.204-20: PREDECESSOR OF OFFEROR (AUG 2020)
52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-26: COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020)
52.209-7: INFORMATION REGARDING RESPONSIBIITY MATTERS (JUL 2013)
52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE
FAR/DFARS CLAUSES:
52.201-1: DEFINITIONS (JUN 2020)
52.204-13: SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
52.204-19: INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)
52.204-21: BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021)
52.204-27: PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)
52.232-39: UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
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 (NOV 1991)
52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.203-7002: REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013)
252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016)
252.204-7003: CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
252.204-7012: SAFEGUARDING COVERDED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019)
252.211-7003: ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)
252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)
252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
252.243-7001: PRICING OF CONTRACT MODIFICATIONS (DEC 1991)
ADELPI LOCAL INSTRUCTION PROVISIONS:
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
ADELPHI LOCAL INSTRUCTION CLAUSES:
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
GOVERNMENT INSPECTION AND ACCEPTANCE
TAX EXEMPTION CERTIFICATE (ARL)
PAYMENT INSTRUCTIONS
RECEIVING ROOM APG
AT-OPSEC REQUIREMENTS
DISTRIBUTION STATEMENT A
DFARS COMMERCIAL CLAUSES
BRAND NAME OR EQUAL
(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.
(xv) The following notes apply to this announcement:
a. In accordance with FAR 32.003, the Government cannot provide contract financing for this acquisition.
(xvi) Offers are due seven (7) calendar days (20 September 2023) after date of posting, by 11:59 (noon) Eastern Standard Time (EST), at crystal.l.demby.civ@army.mil
(xvii) For information regarding this solicitation, please contact Crystal Demby (crystal.l.demby.civ@army.mil).