Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2008 FBO #2455
SOLICITATION NOTICE

34 -- High Precision Tool Room Lathe

Notice Date
8/14/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, 1676 Evans Street, bldg 1220, 3rd FLR, Fort Carson, CO 80913
 
ZIP Code
80913
 
Solicitation Number
W911RZ-08-T-0230A
 
Response Due
8/21/2008
 
Archive Date
2/17/2009
 
Point of Contact
Name: James Moreno, Title: Contract Specialist, Phone: 7195266619, Fax: 7195264490
 
E-Mail Address
james.moreno@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W911RZ-08-T-0230A and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 333512 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-08-21 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Carson, CO 80913 The USA ACA Fort Carson requires the following items, Brand Name or Equal, to the following: LI 001, High Precision Toolroom Lathe, Sharp brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for this line item. High Precision Toolroom Lathe is a digital variable speed drive System. Includes High speed spindle (infinitely variable 130-4,000 rpm), accuracy withing 50 millionths TIR. Hardened and ground spindle. Independent electric feed-rate control on carriage and cross slide. Quick-change inch/metric gearbox with 36 changes. Spindle supported by double angular contact bearings. Quick-action compound slide for threadig. Hardened and ground bedways, with turcite coating on carriage and bed for smooth movements. Adjustable thread-length control stops. Hardened and ground leadscrews. Has the following; splash guard, drive dog, coolant system, drive gear, 5C collet closer, adjustable tool setting gauges, (2) 5c collet holder, halogen work light, chuck guard, drive plate, spindle nose cover, headstock center, leadscrew cover, tailstock, wired 220V, 3 phase. Complete with tool kit; Machine manual, half nut wrench, wrench 17m, 19m, set of 6ea allen wrenches, phillip screw driver, flat head screw driver, oil can, grease gun, rear way cover bracket, pin for indicator, and can of paint. Warranty on all., 1, EA; LI 002, Acu-Rite 200S Digital Readout System, Acu-Rite brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. Acu-Rite 200S D.R.O digital readout system. Factory Installation - DRO. Display 2- or 3-axes 5.7 transmissive LCD Display, Common Functions Near-zero warning Help function 16 tool offsets / diameter Preset and zero reset 4 function calculator / Trig calculator Instant inch/mm conversion Position-Trac Milling Specific Functions Bolthole pattern calculations with graphics (full and partial circles) Centerline calculation enables you to establish workpiece zero and midpoints Edge finder input Turning/General Specific Functions Lock axis feature Instant radius / diameter conversion Taper calculator Error Compensation Linear and non-linear compensation up to +/-9,999 ppm Construction Die-cast metal Data Interface RS-232-C/V.24 serial port Electrical Requirements Voltage of 100-240 Vac, Power of 30 VA max Frequency of 50/60 Hz (+/-3Hz) Operating Temperature 0 degrees to 45 degrees C (32 degrees to 113 degrees F) Storage Temperature -20 degrees to 70 degrees C (-22 degrees to 158 degrees F) Weight 4.85 lbs. Certifications ISO-9001, UL, CSA, CE BRAND NAME PART NUMBER: # Acu-Rite AR-1118, 1, EA; LI 003, 3 Jaw Fixture Plate (Bison), Sharp brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. 3-Jaw 6" Chuck w/6" Fixture Plate (Bison) BRAND NAME PART NUMBER: # Sharp 308-660-600, 1, EA; LI 004, 4-Jaw Fixture Plate (Bison), Sharp brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. 4-Jaw 6" Chuck w/6" Fixture Plate (Bison) BRAND NAME PART NUMBER: # Sharp 30850-0600, 1, EA; LI 005, 3-Jaw 6" Fixture Plate, Sharp brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. 3-Jaw 6" Chuck w/6" Fixture Plate1 BRAND NAME PART NUMBER: # Sharp TLE-008, 1, EA; LI 006, 4-Jaw 6" Fixture Plate, Sharp brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. 4-Jaw 6" Chuck w/6" Fixture Plate BRAND NAME PART NUMBER: # Sharp TLE-009, 1, EA; LI 007, 6-Jaw 6" fixture Plate, Sharp brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. 6-Jaw 6" Chuck w/6" Fixture Plate BRAND NAME PART NUMBER: # Sharp TLE-024, 1, EA; LI 008, 5C Collet Set, Sharp brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. 5C Collet Set consisting of (1/8" to 1-1/16" by 1/16") 16 pcs total BRAND NAME PART NUMBER: # Sharp ACC-5C, 1, EA; LI 009, 7" Face Plate, Sharp brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. 7" Face Plate BRAND NAME PART NUMBER:# Sharp Face 7, 1, EA; LI 010, Quick Change Tool Holder Set, KDK brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. Quick Change Tool Holder Set for 1/2" tool bit KDK Series 100 Recommended Lathe Swing (inches) 12 to 16 Center Height (inches) 1.000 & Up Lock Down Bolt Dia. (inches) 7/16 Max. Tool Bit (inches) 1/2 Approx. Weight (lbs.) 5 lbs Set Includes Tool Post + 5 bars (EXTENSION TURNING BAR COMBINATION, PARTING BAR COMBINATION, MASTER BAR FOR BORING BARS OR OTHER ROUND SHANKED TOOLS, TURNING AND FACING BAR COMBINATION, THREADING AND FACING BAR COMBINATION) BRAND NAME PART NUMBER: # KDK-100, 1, EA; LI 011, Quick Change Tool Holder Set, Aloris brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. Quick Change Tool Holder Set, 7 pcs Aloris Series AXA, 7 piece set Set Includes Tool Post, Custom T-Bolt, and 7 holders (Turning & Facing Holder, Boring, Turning & Facing Holder, Boring Bar Holder, Multiple Tool Holder, Universal Parting Blade Holder, and Threading Holder-blade included). BRAND NAME PART NUMBER: # Aloris AXA, 1, EA; LI 012, Vertical Cut-Off Slide, Sharp brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. Vertical Cut-Off Slide BRAND NAME PART NUMBER: # Sharp TLE-001, 1, EA; LI 013, Taper Attachment, Sharp brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. Taper Attachment BRAND NAME PART NUMBER: # Sharp TLE-003, 1, EA; LI 014, Steady Rest, Sharp brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. Steady Rest BRAND NAME PART NUMBER: # Sharp TLE-006, 1, EA; LI 015, Follow Rest, Sharp brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. Follow Rest BRAND NAME PART NUMBER: # Sharp TLE-007, 1, EA; LI 016, Live Center - Royal (Dual Bearing) MT#2, Royal brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. Royal Value-Turn Live Centers, Taper 2 MT, Max. Suggested RPM 5,000; Weight of Workplace 390 lbs, Thrust Load 3,730 lbs, dimensions 1.68 x 1.56 x 0.88 x 0.75 Live Center - Royal (Dual Bearing) MT#2 BRAND NAME PART NUMBER: # Royal 10852, 1, EA; LI 017, Light Duty Live Center - MT#2 All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. Dimensions 26x37x69x40x22x132, Accuracy 0.005, Speed Max 2800RPM, Rigidity HRC 60 degrees +/- 2 degrees, GW 0.48kg Live Center - MT#2, 1, EA; LI 018, Drill Chuck - Jacobs with arbor, Sharp brand or equivalent All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. Drill Chuck - Jacobs with arbor (0-1/2") MT#2 BRAND NAME PART NUMBER: # Sharp 2425-6063/2531-6034, 1, EA; LI 019, Setup and Delivery Days from delivery to training MUST be specified. Shipping and Handling to Ft Carson. All parts and accessories MUST be compatible with the Toolroom Lathe quoted for Item No. 0001. Operators are everyday users of lathes and similar equipment, but if there is a digital computerized component then training will be required. Set up of the machine and covering operational procedures will be required with the operators. Training will depend on the type of machine offered and vendor If there is digital computerized equipment that comes with the machine the vendor is proposing, then training is mandatory. That training will be on the new components to the industry., 1, EA; For this solicitation, USA ACA Fort Carson intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Carson is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to amy.w.franklin@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.204-7 Central Contractor Registration, 52.233-3 Protest After Award, and 52.233-4 Applicable Law for Breach of Contract Claim applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.222-50. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). On this purchase, this term is negotiable. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following factors shall be used to evaluate offers: Award will be made on the basis of technically acceptable low price and delivery date. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The following DFARS clauses will apply to this award and are available at http://farsite.hill.af.mil/VFDFARA.HTM: 252.204-7004 Alt A Central Contractor Registration, 252.211-7003 Item Identification and Valuation, 252.232-7003 Electronic Submission of Payment Requests-Wide Area Workflow, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7001 Buy American Act and Balance of Payments Program The Contractor shall provide a signed copy of the Buy American Act certificate with their quotes. A copy of the clause 252.225-7001 can be viewed at http://farsite.hill.af.mil/VFDFARA.HTM. All invoices shall be submitted and uploaded via Wide Area Workflow in accordance with DFARS 252.232-7003. Information is available at https://wawf.eb.mil/. FOB Destination terms apply to this acquisition. The quotation price shall include all shipping and handling charges. Shipping and/or handling charges shall not be listed in the quotation as a separate line item entry. Applicable shipping or handling charges shall be included into the unit/extended price. The Government will not accept re-manufactured or repaired equipment.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ba536473852da5daeed3b44fc7b07dbd&tab=core&_cview=1)
 
Place of Performance
Address: Fort Carson, CO 80913<br />
Zip Code: 80913-5198<br />
 
Record
SN01640764-W 20080816/080814223826-ba536473852da5daeed3b44fc7b07dbd (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.