SOLICITATION NOTICE
34 -- CNC 3-AXIS HORIZONTAL ROTARY DRAW TUBE BENDER
- Notice Date
- 7/31/2008
- Notice Type
- Presolicitation
- NAICS
- 332996
— Fabricated Pipe and Pipe Fitting Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018908TN128
- Response Due
- 8/12/2008
- Archive Date
- 8/27/2008
- Point of Contact
- DONYETTE SMITH 757-396-8364
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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. Paper copies of this solicitation will not be available. This combined synopsis/solicitation shall be posted on both FEDBIZZOPPS and NECO. The request for quotation (RFQ) number is N00189-08-T-N128. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and DFARS change notice 20080513. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/VFDFARA.HTM. The NAICS code is 332996 and the Small Business Standard is 500 employees. This is an unrestricted action. FISC Norfolk Naval Shipyard requests responses from qualified sources capable of providing: Line Item 0001REQN N4215807807251 each CNC 3-Axis Horizontal Rotary Draw (mandrel type) Tube Bender w/4 OD x 20 Length Capacity The unit shall be complete and useable with all necessary equipment supplied to operate in the shop environment using 3-phase 460VAC and shop air of no greater than 3CFM at 120PSI as the only required utilities. The CNC 3-Axis Rotary Draw Tube Bender (RDTB) system will be used to precision bend various tube materials for ships systems. The minimum requirements for this RDTB system are: 1)Size capacity to suit carbon steel and stainless steel tube material having an outside diameter from 3/8 to 4, 20 length, and wall thickness of 0.1342)Capability to produce finished bends up to 180 while reducing the wall thickness of the tube no more than 20%, with centerline radius from 5/8 to 9-3/4a.the working height must be a minimum of 54, providing clearance below the centerline of the die to allow clearance between the floor and bent tubeb.the bed shall be of sufficient length to handle 20 long tubes, and positioning of the entire tube length over the bend mandrel3)CNC controller for motion control of a linear axis along the length of the tube, rotary positioning about the length of the tube with programmable rotational speed, and rotation of the bend arm. These axes will provide for precise control of length between bends, the angle between bends, and the angle of the bend respectively, commonly referred to as Y, B, & C. The CNC control shall provide automatic movement of the mandrel and clamping die slide during the bending cycle. The CNC must accept both inch and metric data input in both Y-B-C, and X-Y-Z formats, allowing the operator to input bend data directly from drawings in either format. The CNC shall accept input for the length of the pressure die, so that it can calculate the necessary motion to process successive partial bends, each not exceeding the length of the pressure die. This feature will allow bending of arcs having lengths longer than standard pressure dies, eliminating the need for long pressure dies. The CNC shall accept programs for up to 18 bends in a single tube. The CNC shall feature automatic reverse bend sequencing to produce right and left hand finished parts. The CNC shall be capable of storing at least 100 part programs, and have a USB port for upload and download of such programs. The CNC control shall have the ability to display a graphical simulation of all programmed motion so that the operator may verify the absence of tool collisions, and collisions between the bent portions of the tube and floor or bender machinery. The CNC must accept input for correction of the bend angle to allow for spring back variances between tube material lots. The CNC will provide automatic release of the tube prior to the last bend to prevent collision. The CNC shall have on-board diagnostics to aid maintenance personnel.4)Laterally adjustable bend head and clamp slide to control the centerline radius of the bend, with mountings for bend, pressure, clamping, and wiper dies.5)Each die mounting will allow for all adjustments necessary to precisely align the dies with each other, and each must be adaptable to existing Pines dies.6)Equipped with safety features and guarding satisfying all federal, state, and local regulations, and must include a feature providing for safe loading/unloading/adjustment of materials and tooling.7)Unit shall be supplied with all tooling required to produce 6 centerline radius bends in 2 OD x 0.134 Wall thickness x 20 long 2-1/4% Chrome-Molybdenum Steel tube material including mandrel and rods, pressure die, bend die, clamp die, and collet or similar to grip tube OD on Y-axis.8)Each motion axis may be powered either hydraulically or electrically. 9)The bending arm shall be capable of at least 18,000 ft. lbs of torque, and have a swing radius not to exceed 40 to prevent interference with the surroundings. The length forward of the spindle pivot point shall be no more than 10 to allow clearance for bent portions of the tube. The bend arm shall be capable of rotating far enough in excess of 180 to allow for spring back of material resulting in a finished bend of 180.10)Hydraulic system shall be provided with replaceable element filtration.11)The carriage advancing the tube between bends or partial bends shall capable of a linear speed of at least 50 ft/min. The rotational axis about the centerline of the tube shall be capable of at least 10 RPM, and the rotational axis for bending capable of at least 5 RPM. There shall be a means to reduce the speed of all of these axes to prevent whipping of a long tube section.12)The unit shall be accurate and repeatable within +/-0.005 on the linear axis and within +/-0.1 in both of the rotational axes.13)Operator manual and Maintenance manuals including wiring diagrams shall be included.14)Service Technician and/or Application Engineer support, of at least three full working days, to oversee final installation and provide operator and maintenance training at the installation site in Portsmouth, VA, and associated travel expenses shall be included. Manufacturer is Addison Mckee.Model number is PB100. Delivery is FOB Destination, NNSY, Portsmouth, VA 23709-5000. Inspection and acceptance shall be at destination. The following FAR provision and clauses are applicable to this procurement: 52.211-6, Brand Name or Equal, 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 and its ALT, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-33 and 52.214-21, Descriptive Literature. Offeror shall include a completed copy of 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, with its offer. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are 252.211-7003, Item Identification and Valuation, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001 and 252.232-7003. WAWF INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES: Invoices for supplies rendered under this Task, Purchase or Delivery Order shall be submitted electronically through Wide Area Work Flow Receipt and Acceptance (WAWF): The vendor shall self-register at the web sitehttps://wawf.eb.mil. One or more separate invoices will be prepared per Task, Purchase or Delivery Order. Do not combine the payment claims for supplies provided under this contract ordered through multiple Task, Purchase or Delivery Orders within one invoice. Select the Create Invoice And Receiving Report combo within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report combo prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. Back up documentation (such as delivery receipts, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Provision 52.212-2, Evaluation-Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors-a combination of technical acceptability, price and past performance. All evaluation factors other than cost or price, when combined, are approximately equal to in importance to cost or price. This announcement will close at 4:00 PM on August 12, 2008 Eastern Standard Time. Contact Donyette Smith who can be reached at 757-396-8364 or email at donyette.smith@navy.mil for information regarding this solicitation. A secondary Point of Contact is Nancy Hayden who can be reached (757) 396-8346, email nancy.hayden@navy.mil. Oral Communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Offerors must be registered in the Central Contractor Registration (CCR) to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include prices, FOB point, a point of contact, name and phone number, Tax I.D. #, Duns #, Cage Code, GSA contract if applicable, business size, and payment terms. Quotes shall also include descriptive literature sufficient to allow the government to make a determination of technical acceptability. Quotes lacking such descriptive literature may be considered technically unacceptable and not considered for award. Quotes may be submitted by fax to 757-396-8017 to the attention of Donyette Smith or by email donyette.smith@navy.mil.Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. REQUIREMENTS FOR ACCESS TO NNSY Contractors representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. Employee Eligibility Verification Form). The I-9 is based on presentation of appropriate documentation that both verifies the employees eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Security/docs/i-9.pdf to acquire the required form and completion guidance. NOTE:(1)The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard.(2)If the contract requires access to classified material, a visit request identifying the employees clearance status may suffice depending on the employees status within the JPAS database.(3)In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material.(4)If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER.Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that persons citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029).Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENVOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=509d7676cd9edd0c8ba50ea6d5341289&tab=core&_cview=1)
- Record
- SN01627732-W 20080802/080731222032-e9ee914691adffc166be3b7524da55e5 (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 |