New Jersey Bids > Bid Detail

Horizontal Computer Numerical Control (CNC) Lathe

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 34 - Metalworking Machinery
Opps ID: NBD00159589387786555
Posted Date: Dec 27, 2022
Due Date: Jan 5, 2023
Solicitation No: N68335-22-R-0272
Source: https://sam.gov/opp/4df4235542...
Follow
Horizontal Computer Numerical Control (CNC) Lathe
Active
Contract Opportunity
Notice ID
N68335-22-R-0272
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 27, 2022 01:52 pm EST
  • Original Published Date: Sep 19, 2022 10:32 am EDT
  • Updated Date Offers Due: Jan 05, 2023 04:00 pm EST
  • Original Date Offers Due: Oct 04, 2022 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 20, 2023
  • Original Inactive Date: Oct 19, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3416 - LATHES
  • NAICS Code:
    • 333517 - Machine Tool Manufacturing
  • Place of Performance:
    Lakehurst , NJ 08733
    USA
Description View Changes

The Naval Air Systems Command (NAVAIR) Lakehurst, NJ, intends to procure, through competition on a Fixed Price basis, a Horizontal Computer Numerical Control (CNC) Lathe. It is anticipated that this effort will have a delivery time frame of six (6) months. This will be a Firm Fixed Price contract, in accordance with the attached Statement of Work (SOW). The Government intends to procure the above items through a total small business set-aside.



(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; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation number is N68335-22-R-0272 (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95. (iv) This solicitation is open to small businesses only. NAICS is 333517. FSC code is 3416 (v) FAR 52.212-1 Instructions to Offerors – Commercial Items, is incorporated. (vi) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. (vii) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated. The resulting contract will be a six month period of performance. (viii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items is incorporated in this contract by full text; the following provisions apply: 52.222-50, Combating Trafficking in Persons (Mar 2015). (ix) Additional clauses and provisions and requirements:



52.204-13: System for Award Management Maintenance, OCT 2016



52.227-1: Authorization and Consent, DEC 2007



252.204-7004: System for Award Management, FEB 2014



252.204-7012: Safeguarding Covered Defense Information and Cyber Incident Reporting, OCT 2016



252.225-7001: Buy American And Balance Of Payments Program-- Basic (Dec 2016), DEC 2016



252.225-7008: Restriction on Acquisition of Specialty Metals, MAR 2013



252.225-7009: Restriction on Acquisition of Certain Articles Containing Specialty Metals, OCT 2014



252.225-7012: Preference For Certain Domestic Commodities, DEC 2016



252.246-7007: Contractor Counterfeit Electronic Part Detection and Avoidance System, AUG 2016



252.232-7003: Electronic Submission of Payment Requests and Receiving Reports, JUN 2012



252.211-7003: Item Unique Identification And Valuation, MAR 2016



Additional requirements: Quotes are due by 4:00pm. EST, 27 December 2022 to Mrs. Devin Hader at devin.l.hader.civ@us.navy.mil . Please see attachments for Submission and Evaluation Instructions, Statement of Work (SOW) and Proposal Spreadsheet for instructions (x) Name and telephone number of individual to contact for information regarding the solicitation: Devin Hader, 732-323-2741 e-mail: devin.l.hader.civ@us.navy.mil . Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will accept only electronic proposals.





MOD 0001: 12/15/2022, 2:00pm: The purpose of this modification is to respond to the following submitted questions:



Question 1: In the SOW 2.3, item 4 calls for a B-Axis travel of 53.1”. Axis travel is usually in degrees.



Response: The sub-spindle for some lathes are identified as B-axis, therefore it’ll have a travel distance, e.g. 50”. Other lathes have a rotational B-axis, which usually holds a milling/lathe tool, that rotates +/- 90°. So the 53” travel in the SOW is just pointing out a preferred travel distance for the sub-spindle.



Question 2: 2.6 Tool Turret You indicate 12 station, 24 index position turret. Is this for both the main and sub-spindle work? Another front and back of the turret?



Response: Most common turrets have 12 main stations which rotate 30°. Those with 12 main stations and 24 indexing capabilities, can also half-index 15°. This would give us increased tooling capacity and flexibility.



Question 3: 2.8 Other Item 6 you are requesting a tool setter for the main and sub-spindle. Is this correct. Normally we provide one tool setter.



Response: One automatic tool setter is most common. Didn’t want to rule out a machine that may have a rear manual tool setter also.



MOD 0002: 12/27/2022, 1:50pm: The purpose of this modification, MOD 0002, is to extend the submission deadline to 5 January 2023 at 4pm EDT.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • 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 >