Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2002 FBO #0209
SOLICITATION NOTICE

36 -- MILLING MACHINE & ACCESSORIES

Notice Date
6/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
8-1-2-E2-D9463
 
Response Due
7/18/2002
 
Archive Date
6/27/2003
 
Point of Contact
Becky LaRue, Contract Specialist, Phone (256) 544-5665, Fax (256) 544-6560, Email becky.larue@msfc.nasa.gov - Lynn P. Southgate, Contract Specialist, Phone (256) 544-0303, Fax (245) 544-6560, Email Lynn.Southgate@msfc.nasa.gov
 
E-Mail Address
Email your questions to Becky LaRue
(becky.larue@msfc.nasa.gov)
 
Description
This notice 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The machine will be used to enhance the capabilities of the existing Environmental Test Facility and provide around-the-clock machining operations prior to and during major testing in the Thermal Vacuum Chambers and Thermal Conditioning Changers as well as reduce test delays of major NASA projects. Item 1, Quantity - 1 each, Fryer MB-15 3 Axis CNC BED Milling Machine OR EQUIVALENT, capacity:XYZ travel-50" X 25" X 24", table size-17" X 63", T slots-5 each @ .625" width, table mounted splash guard with sliding doors, steel way covers, spray & flood programmable coolant system, automatic oil skimmer, hand laped quill with 6" travel, double-nut ground ball screw, class 7 precision spindle bearings, hologen work light, turcite B on all sliding ways & gibs, 300 IPM rapid feedrate, manual handwheels for X & Y, column guards and chip pan, hour meter. Spindle: 10HP motor, programmable spindle speed 60-4000RPM, Kurt powerlock power drawbar, CAT-40 tool type, quill diameter-4.33", quill travel-6", spindle nose to table-6 to 30", spindle center to column-25", head swivle-90 percent. Performance: positioning accuracy-+/0.0003" position repeatability-0.0002", resolution-0.0001, cutting feed rate-0 to 120 percent, air pressure requirements-85PSI-3 CFM, coolant capacity-16 gallons, coolant flow-2 GPM, power requirements-15AMP 400-480VAC, 3 phase and 110VAC line for control, operating dimensions-160" X 82" X 105", machine weight-8,000 pounds. Item 2, Quantity - 1 each, Anilam-Fryer 3300 CNC Control 12" Color Flat Panel Monitor OR EQUIVALENT, simple convasational programming, reads standard G codes, teach mode {crank & run}, 2 or 3 axis programming modes, full manual mode with DRO, 3D graphics with zoom & window, 2.0 gigabyte part storage memory, RS-232 communications ports, 3.5" floppy disk drive, scaling rotation and engraving, .0002" repeatability +/- .0003", remote electronic handwheel with axis and resolution select, DXF file input feature, off line programming software, control must be able to read a DXF file and create a part program, engraving cycle, event repeat cycle-use of subroutines to meet this requirement is not allowed, automatic mill cycle, high speed machining, 64 MB RAM buffer, must be able of adding 6 position automatic tool changer as field retrofit, factory set-up and 2 days of training of unlimited individuals. Item 3, Quantity - 1 each, Sandvick#40 V-Flange Tooling Package OR EQUIVALENT. Standard MB tooling package which includes: 6 collets chucks with the following collet sizes; 1 (1/4"); 2 (3/8"); 2 (1/2"); 1 (5/8"); 1 (1"). Solid end mill holders as follows: 2 (3/8"); 2 (1/2"); 1 (5/8"); 1 (3/4"); 1 (1"); 1 (1/2") keyless drill chuck with holder; collet chuck wrench & set-up fixture. The provisions and clauses in the RFQ are those in effect through FAC 01-07. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333512 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to MSFC is required within 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 3:30 local time, July 18, 2002 and may be mailed to NASA/MSFC, Becky LaRue/PS24-L, MSFC, AL 35812, faxed at 256-544-6560, or e-mailed to becky.larue@msfc.nasa.gov and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: MSFC 52.213-91; NFS 1852.211-70, 1852.214-71, 1852.215-84. Reserve paragraphs (d), (e), (f), (h), and (i) in 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: MSFC 52.211-90, 52.232-90; NFS 1852.246-71, 1852.223-72; FAR 52.204-4, 52.211-15, 52.211-16, and 52.247-34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. FAR 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, and 52.232-34. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than July 10, 2002. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed - See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=62 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) 1. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#102086)
 
Record
SN00101021-W 20020629/020627213436 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.