Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOLICITATION NOTICE

34 -- CVC Vertical Machining Center

Notice Date
9/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-06-R-0010
 
Response Due
9/12/2006
 
Archive Date
11/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number is W911W6-06-R-0010 and is issued as a Request for Proposal (RFP). Under this number, the Aviation Applied Technology Directorate (AATD) intends to award a firm f ixed price contract utilizing Far Part 13.5 Test Program For Certain Commercial Items. The requirement is for a computer numerically controlled (CNC) Vertical Machining Center to accommodate rapid prototype machining, used to rapidly machine components fr om solid metal for final products that AATD is required to fabricate. We intend to acquire the following: (CLIN 0001, 1 each, CNC Vertical Machining Center with the following minimum characteristics/ Heavy Duty Construction/ Fully enclosed with large ac cess doors/ Heavy duty linear rails for X,Y,Z axis/ Direct drive Z axis with no counterbalance/ Automatic central lubrication system/ Way lube separation system/ Linear glass scales for X,Y,Z axis positioning accuracy/ Permanently lubricated cartridge spin dle/ High speed 10,000 rpm, high torque spindle Minimum torque rating 200lbs/ Minimum horse power rating 23hp/ BT40 Spindle taper to accept BT40 tooling/ Flood coolant system with wash down capability/ Flood coolant filtration system/ ship conveyor for chi p removal/ Table load minimum weight capacity of 5,500 lbs/ Minimum axis travel of (X=63 inches, Y=33 inches, Z=30 inches)/ ***Machine must have a positioning accuracy of +- .0002, and a repeatability accuracy of +- .0001/ BT40 tooling package of tool ho lders and retention knobs/ Automatic tool changer with a BT 40 tool adapter with a minimum of 21 tool stations/ Rapid feed rate of 700 per minute on X & Y axis, 500 on Z axis/ Minimum cutting feed rate of 800 per minute at 150% feed rate override/ Supp lied with a transformer to accommodate 480 VAC electrical service/ *** Machine Control Features (Must be equipped with a CNC control to allow conversational type programming with at least the following conversational features: automatic cutter compensation , automatic speed and feed calculation, automatic save, automatic rough and finish pass, blend arc, block lettering, bolt circle, boring routines, calculation assist, concurrent programming, copy and move data blocks, data block search, datum shift, distan ce to go, drilling cycles, estimated run time, circle, frame, and face milling, graphics scaling, graphics zoom, graphics program error verification, helical interpolation, inch or metric programming, linear repeat, M code auxiliary functions, mirror image , rigid tap and tapping, rotary patterns, 4th axis conversational programming/ control must be capable of allowing standard NC programming (G code and M code) from offline CAM system/ Control must be capable of importing DXF files for conversational type p rogramming/ Must feature conversational programming software that is available for use on a separate PC as an offline programming system able to import DXF files for conversation type programming and capable of post processing to a variety of controllers G code and M code formats/ Machine control shall include but is not limited to the following: Minimum 2 GB hard disk with 256 MB RAM, 3.5 floppy drive, RS-232 port, ability to connect to a LAN system and remote PC) / Software option include: Helical ramp e ntry, DXF translator, 3d mold ability, industry standard G code and M code, industry standard NC Macro/ Machine options: Must feature a conversational touch probe system that will interface with the conversational control and accurately measure cutter too l length and diameter. The probe must be capable of being used for part setup, to align the x and y machine axis with a skewed part, and capable of verifying me asurements of finished machined parts. 12 minimum fourth axis horizontal/vertical rotary table, with 3 jaw or 4 jaw chuck that will interface with the conversational control, a tailstock to match the horizontal rotary table centerline table height, either a tooling certificate to buy required tools $10,000.00 or a tooling package of equivalent value will be included in the price of the machine/ Set up: Foundation drawings with the specifications of foundation requirements and complete pre-installation proc edure form to be provided a least 30 days prior to shipment of the machine, the following manuals will be provided 1ea, (operating, programming, maintenance manuals)/ Machine Start-Up: Machine must be shipped fully assembled, instruction and machine start up by a qualified service engineer included/ Spare Parts and Service: Must be able to provide spare parts upon request and be able to delivery within 24 hours, Manufacturer must have a proven record of product longevity and reliability with the capability to respond to service calls within 24 hours, services will be provided only by a factory direct qualified service engineer.(CLIN 0002, Training /Sufficient training for 2 machine operators for programming, operation , and maintenance of the machine/ Train ing on offline software for 2 machine operators) (CLIN 0003, 1 each, Extended Warranty Package, Minimum 2 years). All items shall be delivered 120 days after contract award (estimated award date 15 September 2006), to AATD, Building 3519A Mulberry Island Rd, Fort Eustis VA 23604-5577. This synopsis/ solicitation incorporates provisions and clauses in effect th rough Federal Acquisition Circular 2005-12. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. Please review the clause carefully to ensure that you are submitting all required information with your proposal. A technical description of the items offered in sufficient detail to evaluate compliance with requirements, to include product literature and warranty as applicable, shall be submitted. Also in accordance with the clause, all prospecti ve offerors must be actively registered in the Central Contractor Registration prior to award. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: 1) Technical capability of the item offered to meet the minimum requirements; 2) Price; 3) Past Performance showing a proven record of product longevity and reliability. Submit at least three relevant references. This acquisition is set aside for small business concerns. The North American Industry Classification System Code (NAICS) is 333512, Machine Tool (Metal Cutting Types) Manufacturing. The small business size standard is 500 employees. Offerors are advised to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items, and the following DFARS Representations and Certifications 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.225-7000 Buy American Act-Balance of Payments Program Certificate, 252.225-7003 Report of Intended Performance Outside the United States and Canada Submission with Offer, 252.225-7031 Secondary Arab Boycott of Israel, 252.247-7022 Representation of Extent of Transportation by Sea, with your offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items. The following additional clauses apply to this acquisit ion: FAR 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS 252.246-7000, Material Inspection and Receiving Report; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Item s; 252.225-7013 Duty Free. The following clauses cited within FAR 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4 Notice of price evaluation preference for HUBZone small business concerns; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.2 22-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (EO); 52.222-35, EO for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Di sabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-1, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels. The followi ng clauses cited within DFAR 252.212-7001 apply: 52.203-3, Gratuities; 252.225-7001, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.225-7021, Trade Agreement; 252.225-7036 Buy American Act Free Trad e Agreements Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment. The full text of the clauses or provisions may be accessed electronically at one of the following links: htt p://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.acq.osd.mil/dp/dars, http://www.arnet. Proposals are due September 12, 2006, 4:00 PM, EST, and shall be submitted to the Aviation Applied Technology Directorate, At tn: AMSRD-AMR-AA-C (K. Helms), 401 Lee Blvd., Fort Eustis VA 23604-5577 by facsimile, email, or regular mail. Point of contact is Ken Helms, phone: (757) 878-5909, fax: (757) 878-0008, email: khelms@aatd.eustis.army.mil or Sharon Horton, Contracting Of ficer, (757) 878-0086, email shorton@aatd.eustis.army.mil. Point of Contact Ken Helms, 757-878-5909 Email questions to Aviation Applied Technology Directorate at khelms@aatd.eustis.army.mil. Place of Performance: Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-SD, Building 3508 Mulberry Island Road Forte Eustis Virginia, 23604-5577
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN01137989-W 20060910/060908221324 (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 |
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.