Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2009 FBO #2609
SOLICITATION NOTICE

34 -- CNC MACHINING CENTER - CLARIFICATION OF PROVISIONS - REMOVAL OF FAR CLAUSE 52.219-6

Notice Date
1/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Aberdeen Proving Ground, ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-09-T-0070
 
Response Due
1/23/2009
 
Archive Date
3/24/2009
 
Point of Contact
Thomas Campana, 410-278-0876<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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-09-T-0070. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-26. The associated North America Industry Classification System (NAICS) Code is 333512 and the Business Size Standard is 500. The Government contemplates award of a Firm-Fixed Price contract. Description of Requirement: (5 Line Items Total) ITEM 00011 EACH CNC VERTICAL MACHINING CENTER Technical Requirements for CNC Vertical Machining Center WORKSPACE X axis travel, minimum 40 inches Y axis travel, minimum 20 inches Z axis travel, minimum 24 inches Spindle Nose to table top, minimum 30 inches TABLE Area, minimum 47 inches x 19 inches Load capacity 1,750 lbs. minimum SPINDLE Power, minimum (30 minute S-1 rating) 20 HP Torque, minimum (30 minute rating) 140 ft-lbs Tool/Spindle interface V-Flange Cat 40 Maximum Spindle Speed 8,000 RPM minimum Rigid tapping capability to 2,400 RPM Chiller unit to control temperature of spindle core and bearings to within plus or minus 4 DEGREES F MACHINE CONSTRUCTION Machine Weight, minimum 15,000 lbs Way Type Integral Box Ways (Hardened / Precision Ground) Automatic lubrication with low level alarm AUTOMATIC TOOL CHANGER (ATC) Tool capacity, minimum 30 Tools Tool change time (chip to chip), maximum 5 sec FEEDRATES Axis rapid transverse, minimum 900 IPM Axis feedrate, minimum 450 IPM Axis drive motors (X, Y, & Z) AC Digital Servo COOLANT SYSTEM Distribution External and Through-the-Spindle Reservoir capacity, minimum 75 gal Operating pressure (through spindle), minimum 200 psi MOTION Box guideways minimum size - 3 inches x 5 inches x 3 inches Ball screw diameter (all axes), minimum size - 1.5 inches Ball screw design Dual support pretensioned ACCURACY Positioning, full stroke, all axes plus or minus 0.0002 inches Repeatability, all axes plus or minus 0.00008 inches NOTE: Accuracies must equal or exceed those listed above. CHIP HANDLING/CUTTING AREA Evacuation of chips from cutting area by means of base flush chip disposal Variable-speed hinged-belt type lift-up chip conveyor Fully enclosed cutting zone during machining operations Doors must open to allow work piece/fixture loading via the use of cranes OPERATOR CONTROL PANEL REQUIREMENTS 10 inches minimum color LCD display Spindle speed override 0-150 percent Full alphanumeric keypad Rotary switch manual feedrate Rotary switch rapid feedrate override Rotary switch feedrate override Rotary switch spindle speed override Portable Manual Pulse Generator CNC CONTROL REQUIREMENTS 32-Bit Computer Numerical Control utilizing Fanuc (or Fanuc compatible) hardware Simultaneous 3-axis control Inch/metric conversion Linear interpolation Circular interpolation Helical interpolation Rapid traverse override Cutting feedrate override (0-200 percent) Feedrate override cancel Part Program Storage & Editing Background editing Mirror image Spindle air blow (M14 / Through Spindle to tool tip) Tool length measurement (manual) I/O DEVICES I/O interface (RS-232C) PCMCIA Card Slot with drip feed capability Ethernet Network Board CLIN 00021 EACHTURBO HINGED BELT CHIP CONVEYOR, VARIABLE SPEED CLIN 00031 EACHCNC PROGRAMMING, WITH TRAINING CLIN 00041 EACHTHROUGH-SPINDLE COOLANT, 230 PSI, PLUMBED FOR 1000 PSI CLIN 00051 LOT FREIGHT AND RIGGING Delivery 6-8 weeks after receipt of order Acceptance shall be at destination. Shipping shall be FOB Destination to Aberdeen Proving Ground, 21005. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52. 212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. This solicitation is eligible for the HQ, Army Contracting Agency (ACA) Executive-Level Agency Protest (ELAP) program, as an alternative to the usual provisions applicable for Agency protests under FAR 33.103. Provision ACAAI 5152.233-9000, Army Contracting Agency Executive Level Agency Protest Program is applicable. Additional information for ELAP may be accessed electronically at: http://www.aca.army.mil/docs/Community/ ACAprotest.doc The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 2:00 PM EST January 23, 2008 via fax at 410-306-3806 or email to thomas.campanajr@us.army.mil at the US Army Mission and Installation Contracting Command, Directorate of Contracting, Attention: CCMI-APG-ICT, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Thomas Campana, Acquisition Project Officer, via email at thomas.campanajr@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f692d1123a9c306082175a32ccafec88&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD<br />
Zip Code: 21005-3013<br />
 
Record
SN01733494-W 20090117/090115220337-f692d1123a9c306082175a32ccafec88 (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.