Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

34 -- CNC Cutting Table

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P907T7113
 
Response Due
8/1/2007
 
Archive Date
9/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
1) This is a combined Synopsis/Solicitation for commercial items 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. 2) Solicitation W912P907T7113 is issued as a Request for Quotation (RFQ). 3) The solicitation document and incorporated provisions and clauses are those in effect through FAR Circular 2005-18 a nd Class Deviation 2005-o0001. 4) The solicitation is set aside 100% for Small Business. The NAICS Code is 333512; Size Standard: 500 employees. 5) DESCRIPTION: Work shall consist of furnishing all labor, materials, and equipment necessary to provide a CNC cutting table with an effective cutting area of 14 ft. by 20 ft. The cutting table shall be set up to use both Plasma and Oxy-Fuel Torches. The Contractor shall include all installation and training for the unit. 6) SPECIFICATIONS: The Cutting Table shall have an effective cutting area of 14 ft. by 20 ft. The system shall have both Plasma and Oxy-Fuels cutting capabilities. The contractor is responsible for the set up of the table and must ensure that it meets the manufacturers s pecifications and tolerances. The CNC controller shall have the following requirements (minimum): 2 GHz MHz Intel Celeron PC Processor 256 MB RAM Memory  or larger 20 GB Hard Dive (Shock Resistant) or larger Windows XP operating system AC Digital Drive System  Fiber Optic Cables 3.5 Disk Drives, and USB (Flash drives) 15 Minimum Active TFT LCD Touch Screen Display External Mouse The controller must be able to Multitask different cutting operations The controller must be compatible with AutoCAD and Micro Station. The Plasma System shall be a 300 Amp unit. It shall include the following: 208-230/460V, 3 phase, 50-60 Hz 300 Amp @ 160V @ 100% Duty Cycle One Plasma Cutting Head All supply leads needed for use Torch Assembly with leads Interconnecting Hoses and Cables The Plasma System shall have a self leveling system so it will constantly keep the correct distance from the torch head to the cutting surface. It shall also have a collision senor that will automatically shut the machine down when something hits the torc h. The unit shall be able to restart cutting at the exact location when it is restarted. The Plasma System shall have the following requirements: Retraction Speed of 600 inches per minute (Maximum) Position control +/- 0.0001 (Minimum) Voltage control 0.1 Volts (Minimum) Voltage Limiter to prevent torch crashing when crossing a kerf Synflex hose on the entire plasma cutting system The Oxy-Fuel system shall be able to operate on Propylene. The Manifold shall have eight (8) stations where the torch heads tie in. The unit shall come complete with three (3) torch heads, one (1) primary and two (2) auxiliary heads. All cutting heads h ave the following requirements: Preheat line Regulator Panel  Hi/Low Pierce Rate control Individual Torch Up/Down Switch All Torch Up/Down Switch Two (2) check valves for each cutting head Gas Solenoid for each cutting head Motorized Torch Lift for each cutting head Auto Igniters for each cutting head Adequate lengths of T-Grade hose for the complete Oxy-Fuel system Propylene Tips for all torch heads The software system shall have the following items: Automatic import of CNC and CAD Drag and Drop Interactive Nesting Shape Nesting to maximize plate efficiency Part Bumping Plate Cropping Multi-torch Cutting Management Reports  Production Reports Automatic or User Defined Cutting Sequencing The contractor must include a smoke control exhaust table. The table must cover the entire effective cutting area, 14 ft. by 20 ft. The table shall have a Venturi Jet Filter and an industrial style fan. The contractor shall install all tubing/piping nec essary for the unit to work properly. Th e contractor shall check all fitting for leaks before acceptance. The unit shall be a self automated which will automatically operate when cutting begins and stop when cutting ends. The table shall isolate the exhaust vacuum to only the cutting area on t he table. This will eliminate vacuum on un-used areas of the table which will remove the heat from the building. The unit shall be a Kice Smoke Control Exhaust Table or equivalent. SPECIAL CONTRACT REQUIREMENTS The unit shall be delivered no later than September 28, 2007. All quotations received must include their estimated delivery and installation dates. The contractor shall provide delivery and installation to: U.S. ARMY CORPS OF ENGINEERS ST. LOUIS DISTRICT, SERVICE BASE Foot of Arsenal St. St. Louis, MO 63118 The contractor shall include a complete on-site training for the unit. The manufacturer shall include a technical support point of contact in case problems arise with operation of the unit. This technical support person shall be able to trouble shoot ove r the phone, and or make site visits to assist personnel with the unit. The contractor must have local service facilities (within a 3-hr. driving range) capable of sending service-personnel to our job site in St. Louis. The service personnel must be able to begin work within 2 days of notice. The unit shall have a 100% service warranty for 1 year after installation is complete. The warranty shall cover installation work, and all parts and components of the unit. The warranty shall not cover consumables such as torch tips. PLEASE INDICATE DELIVERY SCHEDULE: ________________________ PLEASE INDICATE INSTALLATION SCHEDULE: ________________________ 7) DELIVERY: FOB FOOT OF ARSENAL ST, St. Louis, MO 63118. 8) FAR 52.212-1-Instruction to Offerors, applies to this solicitation. 9) This solicitation incorporates 52.212-2, Evaluation of Commercial Items. Award will be base upon lowest price/technically a cceptable offer. The government reserves the right to make award on the initial quote received without discussion. 10) Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Item s with the offer. The Representations and Certification can be completed at http://orca.bpn.gov. 11) FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. 12) FAR 52.212-5, Contract Terms and Conditions Required to Impl ement Statutes or Executive Orders Commercial Items applies to this acquisition; only the following FAR clauses in paragraph (b) of 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Aside, 52.222-3,Convict Labor, 52.222-21, Prohibition of S egregated 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 Repo rts on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-1 Buy American Act Supplies, 52.225-13, Restrictions on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Reg istration. 13) FAR 52.233-3 Protest after Award applies to this acquisition. FAR 52.233-4 Applicable Law for Breach of Contract Claim applies to this acquisition. The following provisions and clauses also apply DFAR 252.212-7001, Contract Terms and Conditi ons required to implement statutes or executive orders applicable to defense acquisitions of commercial items, is applicable, but only the following clauses in paragraphs (a) apply: 52.203-3 Gratuities and clauses: 252.232-7010 Levies on Contract Payments and 252.243-7002 Requests for Equitable Adjustment apply; 14) N/A 15) N/A 16) Quotes must be signed, dated and submitted on company letterhead. Quotes are due NO LATER THAN 01 AUGUST 2007 (11:00 AM CST). 17) Send quotat ions to the US Army Corps of Engineers St Louis District, Attn: Angie Grimes, 1222 Spruce St, Room 4.207, St. Louis, MO 63103-2833. Quotations may be submitted via fax at (314) 331-8746 or email at angie.l.grimes@mvs02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
Country: US
 
Record
SN01345677-W 20070720/070718221957 (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.