MODIFICATION
34 -- Correct error small business set-aside for all small business concerns.
- Notice Date
- 3/27/2006
- Notice Type
- Modification
- NAICS
- 333512
— Machine Tool (Metal Cutting Types) Manufacturing
- Contracting Office
- ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-06-T-0059
- Response Due
- 4/24/2006
- Archive Date
- 6/23/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and solicitation for the following commercial items: 1. CLIN 0001 1 ea CNC METAL LATHE to fabricate tools and metal parts in support of test operations, Mfr: Southwestern Industries, Inc. - P/N: TRAK TRL 1630SX, CNC LATHE : The item in this solicitation is identified as brand name or equal: The salient physical, functional, or performance characteristics that equal products must meet are as follows: In operation, the lathe shall be user friendly. The lathe shall be able to fabricate tools such as a box-end wrench. The lathe shall be able to fabricate metal parts such as bolts, screws, washers, spacer plates, and leveling blocks. The lathe shall have Computer Numerically Controlled CNC capability. This enables the operator t o set the machine to fabricate a quantity of the same part. With the CNC capability, the operator shall be able to make more precise cuts and repetitive cuts without undue worry about operator error. Programs may be implemented into the machine to do exact layouts for production work and for jobs that re quire zero tolerances. The lathe shall have the capability of doing manual engine lathing when necessary. Specifications: Height of Centers-8 in, Distance between centers-30 in, Swing over bed -16 in, Swin g over saddle wings-16 in, Swing over cross slide-8.6 in, Cross slide travel-8.5 in,Tool section max 3 /4 in, Coolant tank capacity- 8 gal., Width of Bed-12.6 in , Height of Bed-12.6 in, Spindle Nose (Camlock)-D1-6, Spindle through hole-2.12 in, Spindle ta per-MT#6, Taper in reduction sleeve -N/A, Spindle dia at front bearing-3.15 in, Number of bearings-2, Bearing class (radial round)-P5 ,Spindle speed range (RPM)-150-2500, Optional Tailstock Quill travel-6.3 in- Quill diameter-2.36 in- Quill taper hole-MT#4 ,Spindle Motor HP -7.5,Power requirements, control-110V; 1P; 8 A,Power requirements, machine-220V;3P;60Hz, Amps full load current-25, Dimensions net - 83 x 40 x 56 in, Dimensions shipping - 87 x 45 x 67 in, Weight net - 2,200 lbs., Weight shipping - 2,750 lbs., Maximum rapid feed X 100, Maximum rapid feed Z 150, Coolant pump motor -1/8 HP, Spindle motor brake - Dynamic braking, Way surface hardness - 400 - 450 HB, Head stock lubrication - Oil bath, Sliding door for easy set-ups, Bedways hardened and gro und, Sliding surfaces Turcite coated, Dovetails on cross slide, V-ways on saddle, Adjustable saddle gibs, Chuck, Collet closer, Coolant pump, DXF file converter, Face plate, Follow rest, Indexer - 4 or 8-station, Networking/Memory, Remote stop/go switch, S teady rest, Tailstock, Tooling kit, and Work lamp. 2. CLIN 0002 1 ea CNC BED MILLING Machine to fabricate tools and metal parts in support of test operations, Mfr: Southwestern Industries, Inc. - P/N: TRAK DPM SX5, CNC BED MILL: The item in this solicit ation is identified as brand name or equal: The salient physical, functional, or performance characteristics that equal products must meet are as follows: The Mill shall have Computer Numerically Controlled (CNC) capability. This enables the operator to se t the machine to fabricate a quantity of the same part. With the CNC capability, the operator shall be able to make more precise cuts and repetitive cuts without undue worry about operator error. Programs may be implemented into the machine to do exact lay outs for production work and for jobs that re quire zero tolerances. Specifications: Table Size - 50 in x 12 in, T-Slots (number x width x pitch) - 3 x 16mm x 63.5mm , Travel (X, Y, Z axis) - 40 x 20 x 23.5 in , Quill Diameter - 3 15/16 in, Maximum Quill Travel - 5 in, Spindle Taper - NMTB 40 , Spindle Speed Range RPM - Varispeed drive - 70-3950 , Spindle Speed Range with E Head Option - 40-600, 300-5000, Spindle Center to Column Face - 20 in Spindle Motor Power - vari-speed head - 5 HP, Spindle Motor Pow er - Optional E head - 5 HP, Power requirements, control - 110V; 1P; 8A, Power requirements, machine with vari-speed head - 220/440V;3P; 14/7A , Power requireme nts, machine with Optional E head - 220V;3P; 17A, Maximum Weight of Workpiece - 1760 lbs., Height of table from bottom of bed - 41 in, Max spindle nose to table - 23.5 in, Min height - 87 in, Max height - 98 in, Width of machine including table - 94 in, Le ngth with electric box door closed - 71 in, Overall width incl full table traverse - 136 in, Overall length with electrical door open - 81 in , Footprint of Machine - 24 in x 48.4 in, Weight net / shipping lbs. - 4400 / 4600 , Rapid traverse X, Y, Z - 150 IPM,Auto Lube Pump, Precision ground ballscrews in the table, saddle and ram, Chrome hardened and ground quill, Meehanite castings , Slide ways are Turcite coated , Wide way surfaces are hardened and ground, Drilling max capacity, Varispeed head- 1 india, Milling max capacity, Varispeed head - 5 inch3/min, Tapping max capacity, Varispeed head - 1 in, Drilling max capacity, Optional E head - 1 in dia., Milling max capacity, Optional E head - 5 inch3/min, Tapping max capacity, Optional E head - 1 in, Advanced Features, Auxiliary Function, Chip Pan / Splash Shield, Coolant Pump, Glass Scales on table and saddle, Halogen Worklamp, Limit Switches, Networking/Memory, Power Drawbar Programmable Electronic Head, Remote Stop/Go switch, Spray Coolant, Table Guard Encl osure, TRAK Sensors on table and saddle, TRAKing / Electronic Handwheels, and Vise. 3. CLIN 0003 1 ea CNC 2-AXIS KNEE MILLING Machine to fabricate tools and metal parts in support of test operations, Mfr: Southwestern Industries, Inc. - P/N: TRAK K4SX, C NC 2-AXIS KNEE MILLING: The item in this solicitation is identified as brand name or equal: The salient physical, functional, or performance characteristics that equal products must meet are as follows: The Mill shall have Computer Numerically Controlled C NC capability. This enables the operator to set the machine to fabricate a quantity of the same part. With the CNC capability, the operator shall be able to make more precise cuts and repetitive cuts without undue worry about operator error. Programs may b e implemented into the machine to do exact layouts for production work and for jobs that re quire zero tolerances. Specifications: Table Size -50 in X 10 in, T-Slots - 5/8 in x 3 x 2 ? in , Table Travel - 32 in, Saddle Travel - 16 ? in, Knee Travel - 16 ? in, Ram Travel - 19 in, Maximum Quill Travel - 5 in, Quill Diameter - 3 15/16 in, Spindle Taper - NMTB 40, Spindle Speed Range - 70-3950 RPM, Head Tilt -90 deg. left, 90 deg. right, Spindle Motor Power, Vari-speed head - 5HP, Spindle Motor Power, Optiona l E head - 5HP, Power Requirement Control - 110V; 1P; 10A, Power requirements, machine with vari-speed head - 220/440V;3P; 14/7A, Power requirements, machine with Optional E head - 220V;3P; 17.5A, Maximum Weight on Table - 850 lbs., Machine Weight -3630 lb s., Machine dims l, w, h - 71 in x 59 in x 9 in, Maximum rapid feed - 100 IPM, Way surface type - Dovetail X, Square Y, Z, Precision 7207 CP4 spindle bearings, Chrome hardened and ground quill, Meehanite castings, Slide ways are Turcite coated, Wide way su rfaces are hardened and ground, Knee Mills Options and Accessories, Programmable Electronic Head, Sensors on table and saddle, Glass Scales on table and saddle, Electronic Handwheels, Remote Stop/Go switch, Power Drawbar, Halogen Worklamp, Chip Pan, Riser Block, Knee Power Feed, Coolant Pump, Auto Lube Pump, Spray Coolant, Table Guard Enclosure, Limit Switches, and Vise . All items described abover will come with Operation and Installation Manual. The contractor shall provide telephonic support (if neces sary) to accomplish installation. The contractor shall provide a standard commercial warranty. Prices must include shipping cost to Accountable Property Officer; Building 5464; Dugway UT 84022-5000 (FOB: Destination). This solicitation is issued as a req uest for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ W911S6-06-T-0059. This solicitation is set-aside for Small Business Conc erns. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 333512 applies to this procurement. The following provisions and clause apply to this acquisit ion: The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items, applies to this solicitation. FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation. FAR 52.212-4; Contract Terms and Conditions Commercial Items applies to this solicitation. The clause at FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses c ited are applicable to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-6, Notice of Total Small Business Set- Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Sub contracting; 2.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Empl oyee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items applies to this solicitation. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this solicitation. Specifi cally, the following clauses cited are applicable to this solicitation: 52.203-3 Gratuities; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7021 Trade Agreements; 252.227-7015 Technical Data--Commercial Items; 252.227-7037 Validation o f Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Requests for Equitable Adjustment; and 252.247-7023 Transportation of Supplies by Sea (MAY 2002). Army Contracting Agency Executive Level Agency Protest Program applies to this solicitation. The following local clauses appy to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Submission of Invoices; Contractor Access to DPG; and OSHA Standards. All quotes must be emailed to Mr. John Kurek at kurekj@dpg.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Mr. John Kurek at kurekj@dpg.army.mil. Quotes are due no later than 12:00 AM MST (Mountain Standard Time), Friday, April 25, 2006
- Place of Performance
- Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Country: US
- Zip Code: 84022-5000
- Record
- SN01015481-W 20060329/060327212201 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |