Massachusetts Bids > Bid Detail

8-Foot Shearing Machine

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 34 - Metalworking Machinery
Opps ID: NBD00159754631909617
Posted Date: Aug 4, 2023
Due Date: Aug 17, 2023
Solicitation No: W911QY-23-R-SHEAR
Source: https://sam.gov/opp/6dfa7a294d...
Follow
8-Foot Shearing Machine
Active
Contract Opportunity
Notice ID
W911QY-23-R-SHEAR
Related Notice
W911QY-23-Shearing
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG NATICK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Aug 04, 2023 03:37 pm EDT
  • Original Published Date: Jul 18, 2023 12:57 pm EDT
  • Updated Date Offers Due: Aug 17, 2023 12:00 pm EDT
  • Original Date Offers Due: Aug 17, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 01, 2023
  • Original Inactive Date: Sep 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3445 - PUNCHING AND SHEARING MACHINES
  • NAICS Code:
    • 333517 - Machine Tool Manufacturing
  • Place of Performance:
    Natick , MA 01760
    USA
Description

The U.S. Department of the Army, Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Division, in Natick, MA intends to procure an eight (8) foot shearing machine for use in the prototype fabrication shop located at the U.S. Army Natick Soldier Systems Center (NSSC), located in Natick, MA, in Middlesex County. This acquisition will be in support of the U.S. Army Developmental Command (DEVCOM).



This is a combined synopsis and solicitation for commercial products 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. Request For Quotation (RFQ) number is W911QY-23-R-SHEAR.



The Government intends to award a single firm-fixed-price contract resulting from this solicitation. All timely offers will be considered, and submission shall be in accordance with Submission Instructions contained herein. Evaluation factors are Technical Capability, Price, and Past Performance. The Government intends to make award to the Offeror whose proposal represents the Best Value to the Government.



This requirement is 100% set-aside to Small Business entities using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 333517 ‐‐ Machine Tool Manufacturing. The small business size standard is 500 employees.



The Army’s Office for Small Business Programs concurs with the small business set aside determination.



Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. FAR Clauses 52.212-1 through 52.212-5, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see www.acquisition.gov) apply to this procurement. FAR Clause 52.219-6 applies to this solicitation and any resulting award.



Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices shall apply. The following addenda or additional terms and conditions apply: In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater. The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping. Offers should include price and delivery terms and the following additional information: Cage Code and UEI #.



Submission Instructions:



All Offerors shall submit a proposal consisting of three (3) sections. These three (3) sections shall be labeled; Section I – Technical Proposal; Section II – Pricing Proposal; and Section III – Past Performance. No Pricing Information shall be submitted in Section I.



Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items and Commercial Services.



(a) The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:



I. Technical capability of services offered to meet Government requirements:



The Contractor shall provide all labor, material, and equipment to install an 8-foot hydraulic shear in the prototype fabrication shop at NSSC with the following capabilities:



• Bend length: 96 inch minimum

• Shear Capacity: ¼ inch mild steel minimum

• Front Gauge: 32 inch minimum

• Back Gauge: 24 inches minimum

• NC controlled back gauge

• Operator training on-site, Natick, MA

• Shipping to Natick - Required

• (optional) Off loading and locating the machine within the fabrication shop (rigging)

• (optional) CNC controlled back gauge

• (optional) CNC controlled blade gap

• (optional) CNC controlled rake angle



The shear will see a moderate to low duty cycle and simplicity of operation is important.



II. Price: annual labor rate, labor hours, and detailed breakdown of pricing shall be submitted.



III. Past Performance: Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the Offeror. Offerors shall submit three (3) recent and relevant past performance examples performed within the last three years. Each example shall not exceed two (2) pages and shall include the following:



1. Contract number, date of award, order number if applicable, CAGE code, DUNS number, and North American Industry Classification System (NAICS) code.

2. Government contracting activity, Contracting Officer name, telephone number, and email address.

3. Government Contracting Officer Representative (COR) and/or technical representative, telephone number, and email address.

4. If Offeror performed as a subcontractor, prime contractor company name, point of contact name, telephone number, and email address in lieu of or in addition to the contact information required above.

5. Contract type.

6. Awarded price/cost.

7. Description of the specific tasks or activities performed by the Offeror itself under the contract.

8. Narrative: Offerors shall provide a narrative for each past performance example. The narrative shall describe the contract listed, the contract objectives achieved by the Offeror, and how the contract is relevant to the requirements of this solicitation.



Offerors shall state if they have no recent or relevant past performance.



In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Technical and past performance, when combined, are more important than price.



(b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



FAILURE TO SUBMIT A TIMELY PROPOSAL EXACTLY IN ACCORDANCE WITH THE SUBMISSION INSTRUCTIONS MAY RESULT IN THE OFFEROR’S PROPOSAL BEING REJECTED AS UNACCEPTABLE OR NONCOMPLIANT, AND THEREFORE INELIGIBLE FOR AWARD CONSIDERATION.



All questions must be submitted by 12:00 PM Eastern Standard Time (EST) on 10 August 2023. Questions submitted after this time/date may not receive a response.



Offers may be emailed to Chris Welsh (Contract Specialist) at richard.c.welsh2.civ@army.mil. The anticipated delivery date is 28 October 2023. Offers must be received NLT 12:00 p.m. EST on 17 August 2023. Offers received after this date are late and will not be considered for award. For information on this acquisition contact Chris Welsh at richard.c.welsh2.civ@army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >