Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
SOLICITATION NOTICE

34 -- Vertical Machining Center

Notice Date
7/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
333518 — Other Metalworking Machinery 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
W911W6-07-C-0036
 
Response Due
7/9/2007
 
Archive Date
9/7/2007
 
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. The proposed contract action is for supplies or services for w hich the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a re quest for competitive proposals. However, all proposals received by the due date and time in this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this not ice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911W6-07-R-0036 and is issued as a Request for Proposal (RFP). Under this number, the Aviation Applied Technology Directorate (AATD) intends to award a firm fixed price contract utilizing FAR Part 13.5 Test Program For Certain Commercial Items, Hurco Vertical Machining Center Model VMX 42 with listed features. The Government intends to acquire the following components on a sole source basis under the authority of S ection 4202 of the Clinger-Cohen Act of 1996 in order to integrate an existing Kitagawa model MR32ORAE05 rotary table with a new Hurco Vertical Machining Center. This new machine must come with sufficient cables and programming software to enable the conve rsational control to interface with an existing rotary table, and be able to produce 4th axis conversational type programs. The intended source for this machine is Beckman Precision, Inc., 415 Brookshire Road, Greer, South Carolina. Beckman Precision is t he only Hurco dealer for the Virginia geographical region. Delivery of the contract is 120 days after contract award. The requirement is for a computer numerically controlled (CNC) Vertical Machining Center to interface with an existing Hurco VMX64. AA TD personnel have been trained on the Hurco machine control and will use this same control with the new model VMX42 model being purchased. This will reduce the cost of introducing a different type of machine control with the cost of additional training do llars, and also provide commonality between machines and make operations faster and more efficient. This new machine will be used to rapidly machine components from solid metal for final products that AATD is required to fabricate. We intend to acquire t he following: (CLIN 0001, 1 each, CNC Vertical Machining Center with the following minimum characteristics/ Heavy Duty Cast Iron Construction/ Fully enclosed with large access doors/ Heavy duty linear rails for X,Y,Z axis/ equipped with Direct drive Z ax is with no counterbalance/ Automatic central lubrication system/ Way lube separation system/ Linear glass scales for X,Y,Z axis positioning accuracy/ Permanently lubricated cartridge spindle/ High speed 12,000 rpm, high torque spindle with Minimum torque r ating 175 lbs/ Minimum horse power rating 23hp/ BT40 Spindle taper to accept BT40 tooling/ Flood coolant system with wash down capability/ Flood coolant filtration system/ chip conveyor for chip removal/ Maximum Table load weight capacity with 2,900 lbs mi nimum/ Minimum axis travel of (X=42 inches, Y=24 inches, Z=24 inches)/ Machine must have a positioning accuracy of +- .0002, and a repeatability accuracy of +- .0001/ Automatic tool changer with a BT 40 tool adapter with a minimum of 21 tool stations/ R apid feed rate of 1,350 inches per minute on X & Y axis, 1,150 inches per minute on Z axis/ Minimum cutting feed rate of 800 inches per minute at 150% feed rate override/ Supplied 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 s hift, distance 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 conversat ional type programming/ 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 c ontrollers G code and M code formats/ Machine control shall include but is not limited to the following: Minimum 30 GB hard disk with 1 GB RAM, 3.5 floppy drive, RS-232 port, USB 2.0 port, ability to connect to a LAN system and remote PC) / Software optio n include: Helical ramp entry, Pocketing feature with unlimited islands, DXF translator, 3D surfacing (generate 3D surfaces from 2D profiles), industry standard G code and M code, Tool and Material Library, NC/Conversational Merge (merge a full G-code prog ram inside a conversational program)./ Machine options: Must feature a conversational touch probe system that will interface with the conversational control and accurately measure cutter tool length and diameter. The machine software must be capable of i nterfacing with an existing model MP700 Renishaw probe, and be capable to be used for part setup (to align the x and y machine axis with a skewed part), and also be used to verify measurements of finished machined parts using the machine control. The manu facturer must include in the cost of the machine needed tools to include tool holders, collett holders, tapping heads, face mills, end mills, retention knobs, etc. Foundation drawings with the specifications of foundation requirements and complete pre-inst allation procedure 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 m achine start up by a qualified service engineer included/ Operator & manufacture of the machine/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 pro duct 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 two machine operators for programmi ng, operation, and maintenance of the machine) (CLIN 0003, 1 each, Extended Parts Warranty, Minimum 2 years). All items are to be delivered 120 days after contract award (estimated award date 20 July 2007), to AATD, Building 3519A Mulberry Island Rd, Fort Eustis VA 23604-5577. This synopsis/ solicitation incorporates provisions and clauses in effect through F ederal Acquisition Circular 2005-17. The provision at 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 des cription 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 prospective offerors must be actively registe red in the Central Contractor Registration prior to award. Offerors shall complete only paragraph (k) of the provision at 52.212-3 Offeror Representations and Certifications Commercial Items, if the offeror has completed the annual representations and cert ificates electronically at http://orca.bpn.gov. 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 252.212-7000, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrori st 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 Represen tation 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 are incorporated b y reference. The following additional clauses apply to this acquisition: 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 Cond itions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 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 Govern ment; 52.219-4 Notice of price evaluation preference for HUB Zone 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 Disabilities; 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 following 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 Trade Agreements Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustme nt. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.acq.osd.mil/dp/dars, http://www.arnet. As previously noted the intended source of this Hurco machine is Beckman Precision, Inc. Proposals are due July, 09, 2007, 2:00 PM, EST. Interested persons may identify their interest and capability to respond to the requirement and submit a proposal. All responsibl e sources may submit an offer that will be considered. Alpha contracting methods with Beckman Precision will be utilized. Proposals shall be submitted to the Aviation Applied Technology Directorate, Attn: AMSRD-AMR-AA-C (Pat Hagginbothom), 401 Lee Blvd., Fort Eustis VA 23604-5577 by facsimile, email, or regular mail. Point of contact is Pat Hagginbothom, phone: (757) 878-4818, fax: (757) 878-0008, email: phagginbothom@aatd.eustis.army.mil or Rhonda Buckanin, Contracting Officer, (757) 878-0071, email rhondab@aatd.eustis.army.mil. Point of Contact Pat Hagginbothom, 757-878-4818 Email questions to Aviation Applied Technology Directorate at phagginbothom@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
SN01333040-W 20070704/070702221134 (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.