Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

34 -- Post Hyraulic Press

Notice Date
8/21/2008
 
Notice Type
Modification/Amendment
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-08-T-0058
 
Response Due
8/29/2008
 
Archive Date
10/28/2008
 
Point of Contact
Jerry McVeigh, 301-394-1615<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared 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; proposals are being requested and a written solicitation will not be issued. (i) The solicitation number is W911QX-08-T-0058. This acquisition is issued as a Request for Quotation (RFQ). (ii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. (iii) The associated NAICS code is 333513. The small business size standard is 500. (iv) The following is a list of contract line item number(s) and items, quantities and units of measure: (Line item 0001): Post Hydraulic Press in accordance with specifications, 1 each. (Line item 0002): Installation of press as described below, 1 lot. (Line item 0003): Training as described below, 1 lot. 1. Physical specifications: Dual Acting 4 Post Hydraulic Press, 350 ton capacity with point loading capability, the press shall consist of a primary down acting cylinder, a moveable bolster and a fixed bed. The press shall consist of a 9 inch diameter primary down acting ram, 20 inch stroke, 1inch shut height, variable pressing speed 0-22 IPM; 30 IPM retract speed, 20 inch x 20 inch moveable bolster with 10 inch stroke. The moveable bolster will have a 5.020 inch diameter hole on center to allow for a 5.000 inch diameter fixed bed punch to protrude into the hole. The finished height elevation of the top of the fixed bed punch and the height of the moveable bolster will be the same when fully retracted. When the moveable bolster is in the fully lowered position, the fixed bed punch will be flush with its upper surface, and will provide a 20 inch by 20 inch level surface that is suitable for pressing larger, flat samples. The moveable bolster shall be provided with Tee Slots, located on the upper side of the moving bolster. They will be used to attach various pressing dies to the bolster. The 5.000 inch diameter fixed press bed punch will be attached to the press bed with a 1 inch threaded bolt from below. This punch will be made from D-2 Tool Steel and hardened to 58-60 RC. The punch will have a compressive strength of approximately 400,000 psi. A similar 5.000 removable punch shall be provided to attach to the bottom of the 9 inch diameter ram. Wrench flats and/or spanner holes with wrench will be provided for attachment and removal of this punch. This allows for the application of other-shaped dies. When the ram is fully extended, the shut height will be 1 inch. The bed height (top of the 5.00 inch diameter fixed punch) of the press from floor shall be 36 inches; press weight to be 12,000 lbs or less. Height of the press shall not exceed 104 inches. 2. Hydraulic: The power system shall be skid mounted for remote installation away from the press; the system shall provide a fluid level and temperature sensor for system monitoring. A water/ heat exchanger shall be provided for system cooling. Electrical power on site is three phase, 120 VAC/208 VAC (line/cross-leg respectively), 60 Hertz. 3. Controls: The contractor shall provide a manual operator control station for use in the hazardous environment and shall meet the requirements of Explosion Proof Class 2, Division 1, Group G. The contractor shall provide a manual for operation of all press rams and features. A programmable operator control station shall be provided for use outside of the hazardous area. The system shall be controlled by a Programmable Logic Controller (PLC) with Panel View touch screen operator interface with recipe handling capability (job storage). System diagnostics, alarm handling and password protection shall be handled at this station. System control of primary ram position, moveable bolster position, pressing speed, system pressure and dwell time shall be integrated into this control. Shipping to ARL, Spesutie Island, APG MD shall be included in the line item 0001 price. 4. Installation (Line item 0002): The contractor shall deliver, unload and install the equipment at the US Army Laboratory, Aberdeen Proving Grounds, MD. The contractor shall perform unloading, installation and connection to government utilities. Power shall run from the power distribution panel to the control panel on the press, and to the remote control console. Hydraulic lines shall be run locally. The press shall be bolted to the support beams for the opening between the lower and upper processing bays. The contractor shall provide operational setup supervision and startup assistance. Equipment shall be installed in the second floor operating bay, Building 1170, Spesutie Island, APG MD 21005. The contractor shall provide an electronic and one (1) hard copy of all operation and maintenance manuals and system schematics. 5. Training (Line item 0003): The contractor shall provide two (2) days of training in the operation of the equipment. The contractor shall train 3-4 government personnel on the equipment installed under line item 0002 (second floor operating bay, Building 1170, Spesutie Island, APG, MD 21005). 6. Building Details Control room: The control room is 10 feet 8 inches x 15 feet. There are 3 each 5 inch diameter conduits in the floor. If looking into the control room through the door, they are located inside to the left at distances of 74 inches, 79 inches, and 84 inches from the back wall and 19 inches, 31inches, and 44 inches from the left wall. There will be 6 each 4 inch diameter pipe wall penetrations between the control room and the lower processing bay, spaced uniformly at a height of 7 feet. These wall penetrations do not exist at the present time, but the government will ensure they are present at the time the press is to be installed. The main power boxes are located on the back wall towards the right corner. The conduits which run from the control room to the neighboring building for the remote console runs approximately 125 feet. The old wire will need to be removed and replaced with new wire, using the existing conduit. The available electric on site is 3 phase, 120 VAC/208 VAC (line/cross-leg respectively), 60 Hertz or 240 VAC. Lower Processing Bay: The lower bay is 14 feet long (side wall to side wall) and 12 feet wide (door to back wall shared with control room), with a height clearance of 101 inches, but only 87 inches below the support beams. There is a personnel door 38 inches W by 82 inches H, as well as a set of double doors which open to 95 inches wide and 99 inches high. Upper Processing Bay: The top bay is 14 feet long (side wall to side wall) and 12 feet wide (door to back wall shared with control room), with a height clearance of 136 inches. The floor opening is 44 inches lengthwise (door to shared wall direction) and 38 inches wide (in direction of side wall to side wall). The opening in the floor is 98 inches from the door, 29 inches from the shared wall, and 53 inches from each side wall. Inside the opening, there are 6 inch ledges on the support beams protruding from each side in the 44 inch direction and 1 inch on each side in the 38 inch direction. There is a personnel door 38 inches W by 82 inches H, as well as a set of double doors which open to 95 inches wide and 114 inches high. Six 2-inch ID conduits will be drilled through the concrete slab separating the upper and lower processing bays. These conduits do not exist at the present time, but the government will ensure they are present at the time the press is to be installed. (vi) Delivery shall be made to the Army Research Laboratory, Building, 1170, Spesutie Island, APG, MD 21005-5001. Acceptance shall be performed at Army Research Laboratory, APG, MD 21005-5001. The FOB point is the Army Research Laboratory, Building 1170, Spesutie Island, APG MD 21005-5001. The FOB point is destination. (vii) The following provisions and FAR/DFAR clauses can be obtained at http://www.arl.army.mil/contracts/opport.htm; http://farsite.hill.af.mil/VFFAR1.htm, or http://farsite.hill.af.mil/VFDFARa.htm (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to whether the proposed produce meets the performance characteristics and specifications. The technical evaluation shall be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cut, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the performance characteristics and specifications of the requirement. If the vendor proposes to modify a produce so as to conform to the requirement of this solicitation, the vendor shall include a clear description of such proposed modification and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules and warranty reputation. Offerors shall include records of recent sales and identify a point of contact for each by providing a name and telephone number. The Government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, 52.222-3, 52.222-19, 52.222-21, 52.222.26, 52.222.35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 252.225-7001, 252.247-7023. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4409; 52.004-4411; 52.016-4407; 52.032-4418; 52.032-4420; 52.004-4408; 52.005-4401; 52.011-4401; 52.017-4400; 52.045-4400; AMC Level Protest Program (APR 2006), US Army Research Development and Engineering Command Acquisition Center, RDECOM Adelphi Contracting Division Website. Provisions can be obtained at: http://w3.arl.army.mil/contracts/kosol.htm. (xiv) Offers are due 29 August 2008, by 11:59 PM, Eastern Standard Time, via email to twilson@arl.army.mil. (xv) For information regarding this solicitation, please contact Theresa Wilson, 301-394-4229, email: twilson@arl.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=787ad0488ba2dc17ce86d4e27ebc6686&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD<br />
Zip Code: 20783-1197<br />
 
Record
SN01647782-W 20080823/080821223424-787ad0488ba2dc17ce86d4e27ebc6686 (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.