Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

34 -- Metal Turning Lathe-Brand Name or Equal

Notice Date
9/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-08-T-0417
 
Response Due
9/26/2008
 
Archive Date
11/25/2008
 
Point of Contact
John Kurko, 7195263835<br />
 
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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. Fort Carson, CO, intends to award a Firm-Fixed-Price contract for a BRAND NAME OR EQUAL requirement. The North American Industrial Classification System (NAICS) code for this procurement is 333512 and the size standard is 500 employees. This is an unrestricted acquisition and all vendors may submit quotations. This solicitation will close on 26 September 2008, 11:00 a.m. Mountain Time Zone. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001 Quantity: (1) each. BRAND NAME OR EQUAL Sharp model number 70200X, lathe. The product includes a coolant system, halogen work light, spindle sleeve, dead centers (2), chip guard on compound, indexable 4 way Tool post, Tool Box and Tools. Features HEADSTOCK; Tensile strength (FC-30) Alloy Castings. Thick casting wall. Hardened and Ground Spindle mounted on two high precision tapered roller bearings. Spindle has electromagnetic brake and jog control. CARRIAGE 6 way power feed and rapid traverse controls the carriage. Compound can swivel 360 degrees to cut at any angle. Built-in conduits. UNIVERSAL GEARBOX, Gearbox assy is oil pump lubricated.Enclosed quick change feed gearbox. BEDWAYS: Solid steel casting. Induction hardened and precision ground - hardness exceeds 450B. SPECS; Capacity, Swing Over Bed 70 inch, Swing Over Cross Slide 57 inch, Swing Over Gap 90inch, Gap Width 24 inch, Distance Between Centers 200inch, Bed Width 28 inch, HEADSTOCK Spindle Taper A2-11, Spindle Bore 6 inch, Spindle Speeds (18) 6 to 750 rpm. CARRAIAGE Cross Slide Travel 31.5inch, Compound Travel 17.7inch Longitudinal Feeds 0.0018 to 0.1 in/rev. Cross Feeds 0.0009 to 0.05 in/rev, Longitudinal Rapid Feeds 80 ipm, Cross Rapid Feeds 40 ipm, Leadscrew Pitch 2 TPI. THREADS Inch Threads 1/2 to 28TPI (60) threads, Metric Threads 1 to 56mm (60 T), DP Threads 2 to 112 DP (60 T), MP Threads 0.25 to 14 MP (60 T). TAILSTOCK Quill Diameter 5.75 inch, Quill Travel 7.87 inch, Quill Taper MT#6. GEN INFO Spindle Motor 220V, 60, 3ph) 40 HP. CLIN 0002 Quantity: One(1) each. BRAND NAME OR EQUAL 9inch Bore w/Vari-Speed Spindle. CLIN 0003 Quantity: One (1) each. BRAND NAME OR EQUAL. Description: 4 Jaw Chuck (Steel), 36 inch Capacity(A2-11 - A2-20), Mfg Part Number: 4JC36-A2X. CLIN 0004 Quantity: One (1) each. BRAND NAME OR EQUAL. Description: Face Plate w/4 Jaws, 32 inch Capacity (A2-11-A2-15), Mfg Part Number: FP4J32X. CLIN 0005 Quantity: One (1) each. BRAND NAME OR EQUAL. Description: Face Plate w/4Jaws, 40 inch Capacity (A2-11-A2-20), Mfg Part Number: FP4J40X. CLIN 0006 Quantity: One (1) each. BRAND NAME OR EQUAL. Description: Face Plate 2/4 Jaws, 36 inch Capacity (A2-11-A2-20), Mfg Part number: FP4J36X. CLIN: 0007 Quantity: One (1) each. BRAND NAME OR EQUAL. Description: Face Plate w/4Jaws, 45 inch Capacity (A2-11-A2-20), Mfg Part Number: FP4J45X. CLIN 0008 Quantity: One (1) each. BRAND NAME OR EQUAL. Description: Steady Rest w/Bearing, 1.18 inch to 15.77inch Capacity, Mfg Part Number: SRX-01. CLIN 0009 Quantity: One (1) each. BRAND NAME OR EQUAL. Description: Steady Rest w/Bearing, 13.8 inch to 27.55 inch Capacity, Mfg Part Number: SRX-02. CLIN 0010 Quantity: One (1) each. BRAND NAME OR EQUAL. Description: Follow Rest, 1.2 inch to 8.66 inch Capacity, Mfg Part Number: FRX-01. CLIN 0011 Quantity: One (1) each. BRAND NAME OR EQUAL. Description: Rear Chuck Adaptor (Steel) for 9 inch Hole, Mfg Part Number RCAX-03. CLIN 0012 Quantity: One (1) each. BRAND NAME OR EQUAL. Description: Roller Supporter 16 inch x 44 inch, Roller Mount 6inch. Mfg Part Number: RSX-01 CLIN 0013 Quantity: One (1) each. BRAND NAME OR EQUAL. Description: Taper Attachment (Factory Installed) This requirement includes delivery and set-up of equipment to building number 8000 at Fort Carson, CO. 80913. The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items), 52.233-2 (Service of Protest), 252.209-7001 (Disclosure of Ownership or Control by Terrorist Country), 252.209-7002 (Disclosure of Ownership by a Foreign Government) Clauses: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-8 (Utilization of Small Business Concerns), 52.219-14 (Limitations on Subcontracting), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-19 (Child Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-35 (Equal Opportunity for Special Disabled Veterans), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-37 (Employment Reports on Special Disabled Veterans), 52.222-50 (Combat Trafficking in Persons), 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.233-3 (Protest After Award), 52.233-4 (Applicable Law for Breach of Contract Claims), 52.247-34 FOB Destination, 52.252-2 (Clauses Incorporated by Reference), 252.209-7004 (Subcontracting with Firms that are Owned or Controlled by a Foreign Country), 252.211-7003 ALT 1, Item Identification and Valuation), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 52.203-3 Gratuities, 252.225-7001 (Buy American Act and Balance of Payments), 52.225-7021, preference for certain Domestic Commodities, 252.232-7003 (Electronic Submission of Payment Requests), 252.247-7024 (Notice of Sea Transportation) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable 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: price, technical, 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. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All written responses shall be received not later than 11:00 a.m. Mountain Time Zone, 26 September 2008. An official authorized to bind your company shall sign the quotation. Questions concerning this solicitation should be addressed to John Kurko, Contract Specialist, john.kurko@us.army.mil. Questions, inquires and quotations shall be submitted via email. This agency will not accept telephone or facsimile questions, inquires or quotations. BRAND NAME OR EQUAL STATEMENT The salient characteristics of this brand name or equal requirement are: Swing Over Bed: 70 inches Swing Over Cross Slide: 57 inches Swing Over Gap: 90 inches Gap Width: 24 inches Distance Between Centers: 200 inches Bed Width: 28 inches HEADSTOCK Spindle Taper: A2-11 Spindle Bore: 6 inches Spindle Speeds (18): 6 to 750 RPM CARRIAGE Cross Slide Travel: 31.5 inches Compound Travel: 17.7 inches Longitudinal Feeds: 0.0018 to 0.1in/rev. Cross-Feeds: 0.0009 to 0.05 in/rev Longitudinal Rapid Feeds: 80 ipm Cross Rapid Feeds: 40 ipm Lead screw Pitch: 2 TPI THREADS Inch Threads: 1/2 to 28 TPI (60 threads) Metric Threads: 1 to 56mm (60 threads) D.P. Threads: 2 to 112 DP (60 threads) M.P. Threads: 0.25 to 14 MP (60 threads) TAILSTOCK Quill Diameter: 5.75 inch Quill Travel: 7.87 inch Quill Taper: MT#6 GENERAL Motor (220 or 440 V,60/3: 40hp OTHER: - Chip Guard on Compound and Halogen Work Light. - Rear Chuck Adapter steel 9inch hole, Roller Supporter 16inch x 44inch, Roller Mount 6 inch, and the Taper Attachment. - Steady rest, two with bearings (1.18inch to 15.77 inch cap and 13.8 inch to 27.55 inch capacity. - Follow rest, 1.2 inch to 8.66inch cap.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=10b339a23260e7355a96201b8ec5c7d9&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01678697-W 20080925/080923215801-10b339a23260e7355a96201b8ec5c7d9 (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.