Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2010 FBO #3226
SOLICITATION NOTICE

49 -- Water Jet System and Accessories

Notice Date
9/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATD10236A003-Water_Jet_System
 
Archive Date
10/12/2010
 
Point of Contact
Seth M. Stambaugh, Phone: 8502839625, Angela M. Maher, Phone: 850-283-2974
 
E-Mail Address
seth.stambaugh@tyndall.af.mil, angela.maher@tyndall.af.mil
(seth.stambaugh@tyndall.af.mil, angela.maher@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-45. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. The solicitation reference number is and is issued as a Request For Quote (RFQ). Simplified acquisition procedures will be used and a firm, fixed price purchase order will be written in accordance with FAR 13.501. This acquisition is 100% set aside for small business, under North American Industry Classification System (NAICS) code 333512, with a small business size standard of 500 employees. IAW FAR 52.111-6, Brand Name or Equal -- If submitting an -or equal- product, vendor must supply manufacturer name and part number, and specifications. If equal, vendor must provide information with quote proving the equality of the items. Technical acceptability of or equal products shall be determined by the government. The Government anticipates award on a best value basis. IAW FAR 52.212-2, Evaluation-Commercial Items, 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 considered. The following factors shall be used to evaluate offers: 1. Technical Specification (items quoted must meet all required specifications) 2. Price Contract Line Item Number (CLIN) shall be Water Jet System and Accessories brand name or Equal. CLIN 0001: 1 Lot consisting of a Water Jet System, and Accessories: Water Jet System, JetEdge, JETQ2910, Model iP60-50 UHP Intensifier Pump PART # 104771, QTY 1, Water Jet System, JetEdge, Model iP60-50 UHP Intensifier Pump [GE Controls] 60,000 psi rated pump, 1.1 gpm flow rate, Single intensifier package, 20.1 intensification ratio, axial piston, variable displacement. Pressure compensated hydraulic pump, hydraulic accumulator dampens pulsations, hydraulic filtration to 10 micron, Programmable Logic Controller (PLC), Duel Pressure set points, Configures operating parameters, Provides the electronic timing of intensifier, 50 HP High Efficiency TEFC Motor, Wye Delta Motor Starter Assembly, Safety Shut Down Systems, Automatic Safety Pressure Bleed-Down Valve, Integrated Power Distributor Panel with Disconnect, NEMA 12/13 Rated Electrical Enclosure, UL Certified Electrical Panel, Rugged All Steel Welded Framework, Heavy gauge sheet metal covers, Hinged cover and removable panels, Water Prefilter to 0.45 Micron, All Stainless Steel Fittings and Components, Thermostatically Controlled Kidney Loop Cooling System - To reduce water usage • Brazed Plate Heat Exchangers 0.5 Gallon High Pressure Attenuators to Dampen Pressure Fluctuations Certified Pressure Vessel Design In-line UHP Water Filter to 5 Micron Wye Dye Soft Start Pkg, PART# 103386, iP60-50 - 460v60hz-3 phase, • Wye Delta Soft Start package, 1 QTY 104919 Sound Proofing Kit - iP60-50 • Acoustical foam insulation dramatically reduces noise level during operation, 1 QTY Incoming Water Control Kit - 55-50C & iP60-50 Only, PART # 103443 Incoming Water Control Kit - 55-50C & iP60-50 only PART # 104811, 1 QTY, Aquavision Di® Remote Start Package for 55-50C & IP60-50• Allows pump to start/stop from controller • On/Off Electric Motor • Low Pressure Pierce • Control of Low Pressure through CNC Code • Includes Cable Boost Pump Kit - iP60-50, PART # 104818, 1 QTY, Boost Pump Kit - iP60-50, Provides proper pressure for incoming water when original source is insufficient Leakage Water Collector Kit - 55-50C & iP60-50 Only PART # 105329, 1 QTY, Leakage Water Collector Kit - 55-50C & iP60-50 only • Allows operator to quickly and accurately identify exactly which seal requires replacement Aquavision Di® Controller-Mid Rail PART # 501968, 1 QTY, Aquavision Di® Controller-Mid Rail • Intel Motherboard, Intel Celeron M Processor, 1.5 GHZ • 1 GB Memory • 40 GB Hard Drive, AGP Accelerated Video Adapter • Ethernet Adapter Network Ready, 10/100 MB • Windows XP Pro, 15" Flat Panel Display - IP65 • Open Architecture, One step return to path • Backup along entire program path • Dry run, Single step • Controller diagnostics • Feed rate override, Graphical display • USB port Mid Rail 8'x5' - Single Carriage - Aquavision Di® PART # 502397, 1 QTY Mid Rail 8'x5' - Single Carriage - Aquavision Di® • XY Motion: 8' x 5', work envelope • Closed Loop Drive System on X & Y Axis: • AC Digital Brushless Servo Motors, absolute encoders, SERCOS communication platform • Preloaded anti backlash recirculating ball screws • Linear Bearings with hardened precision ground ways • Split Y-axis drive system (dual motors) • 300 IPM Contouring and 500 IPM Rapid Positioning (460 volt) • Available / Requires 460v60hz-3 phase (standard manufacture), 230v60hz-3 phase, OR 230v60hz-single phase (optional) • Full Featured Machine Operators Panel: • Variable Feed-rate Override for contouring and rapid motions • Individually controlled water and abrasive functions • Auto, MDI (manual data input) and manual operation • Full Featured Hand Held Pendant +/- 0.005" Renishaw ball bar dynamic positioning accuracy - circularity (over 24") at 70F over the entire work envelope +/- 0.003" Renishaw ball bar tests of squareness and of straightness (over 24") at 70F +/- 0.001" Linear positional accuracy (over 12") - Per axis* +/- 0.001" Repeatability (Bi-directional)* • High Pressure Whip Delivery System with Hand Valve • Machine way protection on all axis: heavy gauge steel covers, brush seals on X and Y axis. *Specifications per: (National Machine Tool Building Association Standard) (ASME B5.54, Methods for Performance Evaluation of Computer Numerically Controlled Machining Centers) Mid Rail Tank - 9'x6', 1QTY All quotes shall reflect FOB Destination to: 264 Strange Point Loop, Stop 87 Tyndall AFB, FL 32403 ** Quotes must clearly indicate vendor's understanding of the requirement** Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.203-3 - Gratuities FAR 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double-Sided on Recycled Paper FAR 52.212-1 - Instruction to Offerors - Commercial Items FAR 52.212-2 - Evaluation - Commercial Items FAR 52.212-3 Alt I - Offeror Representations & Certifications - Commercial Items FAR 52.212-4 - Contract Terms &Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 Deviation - Utilization of Small Business Concern FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor 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 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-50 - Combat Trafficking Persons FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.laf.mil) FAR 52.252-6 - Authorized Deviations In Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFAR 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFAR 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7003 - Control of Government Personnnel Work Product DFAR 252.211-7003 - Item Identification and Valuation DFAR 252.212-7000 Offeror Representations and Certifications--Commercial Items DFAR 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFAR 252.225-7001 - Buy American Act-Balance of Payment Program Certificate DFAR 252.225-7002 - Qualifying Country Sources as Subcontractors DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7010 - Levies on Contract Payments DFAR 252.243-7002 - Requests for Equitable Adjustment DFAR 252.247-7023 - Transportation of Supplies by Sea Alt III AFFAR 5352.201-9101 - Ombudsman WAWF: Local Clause Offerors shall complete a copy of the Online Offeror Representations and Certifications Application (ORCA). Please refer to http://orca.bpn.gov/login.aspx for further information. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. Please send any questions to SrA Seth Stambaugh. Quotes are due NO LATER THAN 27 Sep 2010, 4:00 PM (CST). Anticipated award date is shortly after receipt of quotes. Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4ATD10236A003-Water_Jet_System/listing.html)
 
Place of Performance
Address: 264 Strange Point Loop, Stop 87, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02292251-W 20100924/100922235115-3a250b84942fa920b53e31d9e99c56f9 (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.