Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2008 FBO #2406
SOLICITATION NOTICE

34 -- CNC TURNING LATHE

Notice Date
6/26/2008
 
Notice Type
Presolicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Carderock Division, N00167 NAVAL SURFACE WARFARE CENTER, MARYLAND 9500 MacArthur Blvd West Bethesda, MD
 
ZIP Code
00000
 
Solicitation Number
N0016708T0134
 
Response Due
7/10/2008
 
Archive Date
7/25/2008
 
Point of Contact
Hugh Harrison 301-227-1123
 
Small Business Set-Aside
N/A
 
Description
his is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and the authority of FAR Part 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. Solicitation number N00167-08-T-0134 applies and is hereby issued as a request for quotation (RFQ). This announcement constitutes the only solicitation and proposals are being requested; a written solicitation will not be issued. The applicable North American Industry Classification System (NAICS) Code is 333512 size standard is 500 employees. This procurement is unrestricted.A Firm-Fixed Price purchase order will be awarded using Simplified Acquisition Procedures. Selection for award will be based on price and past performance. All contractors and individuals doing business with the Federal Government must be registered at the Contractor Central Registration Database (CCR) to be considered for award. Information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757.Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. All responsible sources may submit a quote that will be considered by the Agency. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award.The requirement as follows: Clin-0001 Quantity-- (1) eachItem Description:LATHE, CNC TURNING CENTER, SLANT BED WITH THE FOLLOWING MINIMUM SPECIFICATIONS: > 45-degree slant bed.> X axis travel 14.> Z axis travel 84.> Swing over bed 30.> Swing over carriage 23.> Maximum turning diameter 22.> Maximum turning length 79.> Maximum distance between centers 86.> One piece High-test cast iron bed, (Meehanite or equal).> Heavy duty, induction hardened and precision ground, box guideway construction with fluroplastic anti-friction coating.> Stainless steel guideway covers.> Two inch diameter X and Z axis ball screws, hardened & ground, double-nut and pre-tensioned, with electric torque limiters, and direct mount AC servo drive motors.> 5.4hp X axis drive motor and 8hp Z axis drive motor. > +/-.0001 minimum X and Z axis repeatability.> 50 HP, 2000 ft-lb, high torque spindle motor (30 minute continuous duty).> Main spindle 15-1,500 RPM.>.001 spindle indexing.> Main spindle ridged tapping.> 2-speed isolated gear box.> 7.12 diameter spindle bore.> 6.5 bar working diameter.> 2 stroke hydraulic draw tube actuator.> Automatic, touch sensor, tool setter.> Automatic forced lubrication with low level alarm.> 2.5 gallon hydraulic oil tank.>.5 gallon way lubrication tank.> Way lube separation system.> Waste oil tank with sight glass.> Fully enclosed steel chip guarding, with sliding door, & double layer viewing window.> High intensity halogen lights.> Tailstock: hydraulic, fully programmable, with built in live quill & #5 Morse taper.> 18 three jaw chuck.> Manual steadyrest, 2-10> Turret: 12 station live tooling, bi-directional, no lift, servo driven, with base mount live/static tooling; ridged tapping, +/-.0005 degree indexing repeatability.> 15 hp rotary tool motor.> 3,000 rpm rotary tool speed.> Complete set of twelve base-mounted tool holders for turret, includes minimum of three rotary holders.> Coolant system: 65 psi multi stage pump, with flow rate control, screen filters, removable pan, separate 60 gallon tank minimum.> Chip conveyor: side discharge, belt type, variable speed, M-code capability. > Pendant mounted operator panel.> Manual controls for turret indexing, spindle, and feed functions, and chuck & tailstock pressures.> Tool load monitoring system.> Programmable (high/low) chucking pressure.> Controller: Fanuc 21i-TB with latest technology, full alpha-numeric key pad, 10.4 TFT color monitor, PCMCIA card slot, embedded Ethernet function, EZ Guide I control programming option and activation, 40 GB hard disk drive, compatible with Windows 2000, Windows XP, server versions NT4.0, 2000, & 2003; 16 MB expanded memory, advanced program and word processor editing, conversational programming to G-code.> Two days, minimum, on-site training.> Machine leveling plates and bolts.> Tool box with necessary operating tools.> Operation and maintenance manuals, parts list, and electrical drawings: one set boundhard copy, and one set on CD.> Two year warranty, parts & labor, for controller and motor.> One year warranty, parts & labor for machine.> Lifetime training at manufacturers facility.>Shipping/delivery, offload, and placement of machine at NSWC, bldg 9.Delivery is required ten (45) days after receipt of order. Fob Destination. Final inspection and acceptance will be at Naval Surface Warfare Center, Carderock Division, 9500 MacArthur Blvd; West Bethesda, MD 20817-5700.Delivery is required forty-five (45) days after receipt of order. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and DCN 20080513.Clauses and provisions may be accessed through the following websites:FAR clauses - http://www.arnet.gov/far/ --DFARS clauses - http://www.acq.osd.mil/dp/dars/dfars.html --The following provisions and clauses apply: 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (FEB 2007)52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEC 2007) (DEVIATION) Incorporating {52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-39, 52.222-41, 52.222-50, 52.223-15, 52.222-51, 52.247-64, 52.222-53, 52.247-64}. 252.212-7001 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR2007) (DEVIATION) incorporating {252.225-7014;252.237-7019;252.247-7023;252.247-7024}. 52.211-15 DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS (SEP 1990);52.253-1 COMPUTER GENERATED FORMS (JAN 1991); 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE (SEP 1990), (DO); 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (NOV 2007); 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998);52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998);52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984);52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984);CAR-L01 NOTICE TO PROSPECTIVE SUPPLIERS (OCT 2003); CAR-M01 ADDITIONAL EVALUATION FACTOR FOR CONSIDERATION OF PAST PERFORMANCENAVY RED/YELLOW/GREEN PROGRAM (APR 1999). Information for the Navy Red,Yellow, Green Program can be accessed at the following website: http://www.nslcptsmh.csd.disa.mil/ryg/ryg.htm. The following provision must be completed by the contractor: 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2007) ALTERNATE I (APR 2002).SUBMISSION OF OFFERS: Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) Company name, address, and telephone number; (4) Company CAGE and DUNS number from CCR Database(5) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (6) Terms of any express warranty; (7) Price and any discount terms;(8) Delivery date ARO (9) A completed copy of the representations and certifications at FAR 52.212-3 or a statement that information has been provided through ORCA -Online Representations and Certifications Application located at https://orca.bpn.gov/.(10) Acknowledgment of Solicitation Amendments; (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The NECO website has a "SUBMIT BID" button next to the solicitation number, DO NOT USE THIS SUBMIT BUTTON. Offers must be submitted directly to Hugh Harrison at the following email address hugh.harrison@navy.mil.All responses must be received by July 10, 2008 - 3:00 p.m.- Eastern Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2bd792105d1646d1c996038172f05356&tab=core&_cview=1)
 
Record
SN01601931-W 20080628/080626220852-7e4ac8cdb2212eee0a03879edff745b5 (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.