SOLICITATION NOTICE
34 -- CNC 30 Ton Turret Punch Press
- Notice Date
- 2/9/2016
- Notice Type
- Presolicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA ARMY DEPOT, Pennsylvania, 18466-5107, United States
- ZIP Code
- 18466-5107
- Solicitation Number
- W25G1V-16-R-0011
- Archive Date
- 3/10/2016
- Point of Contact
- Raymond J. Molitoris, Phone: 570 615-7579
- E-Mail Address
-
raymond.j.molitoris.civ@mail.mil
(raymond.j.molitoris.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This requirement is for a turn-key design, supply, site preparation, delivery, installation, assembly, setup and training for a CNC programmable 30 Metric Ton Turret Punch Press at Tobyhanna Army Depot (TYAD), Tobyhanna, PA 18466. The Contractor shall supply all materials, supplies, freight, delivery, tools, equipment, consumables, labor, and supervision for the turn-key design, supply, site preparation, delivery, installation, assembly, setup and training for the punch press. The punch press shall meet or exceed all applicable industrial, Federal, State and Local standards and codes. The Contractor shall supply only a new machine and new associated equipment. A used and refurbished machine and used and refurbished equipment are unacceptable and will not be considered. All repair and replacement parts for the machine and associated equipment shall be new. All repair and replacement parts shall be available for purchase and supplied from within the continental United States. The punch press shall have full compatibility with and have full capability of using TYAD current punch press tooling inventory-Wilson Thick Turret Tooling MATE 112 and MATE 114 Tooling. The punch press shall be CNC programmable using only CREO II/Pro Engineer or CADMAN-PL. The Contractor shall furnish the appropriate post-processor and additional software necessary to achieve appropriate CNC programming compatibility. It shall be the full responsibility of the Contractor to develop, provide and install this post-processor and all additional software. Prior to the installation of all software onto TYAD's network the software shall be deemed "net worthy" and approved by Tobyhanna Army Depot Information Management Office. The Contractor shall provide all required information to the Contracting Officer's Representative (COR) to begin the process to obtain a Certificate of Networthiness (CON) from the Information Management Office for all software that shall be installed onto and connected to the TYAD network. The Contractor shall perform no contractual work nor purchase materials and equipment prior to achieving a CON for all applicable software. If a CON is denied the Government may cancel the contract without cost and without obligation to the Government. Site preparation will include disassembly, palletizing and removal of an existing government owned Muratec Vectrum 5000 and ancillary pieces located at TYAD and transporting the palletized parts to another facility located at TYAD. Pallets will be provided by the Government. The Government will drain all fluids and disconnect the existing punch press from utilities. The Contractor shall supply all necessary materials, equipment and labor for the disassembly and removal of the existing Muratec Vectrum 5000 punch press. The contractor shall be responsible to connect all utilities to the punch press and to all ancillary pieces of equipment. Utilities will be provided by TYAD to within 20 feet of the punch press. The punch press shall utilize 480V/3 Phase/60 Hz. For a punch press that is not designed and constructed to use 480V/3 Phase/60 Hz the Contractor shall supply, install and connect the necessary transformer that permits the use of 480V/3 Phase/60 Hz. The Contractor shall provide 32 hours of machine operation training for Sheet Metal Fabrication Branch Government personnel. Training shall be conducted by the Contractor's qualified training and English speaking representative. This training shall focus on basic machine operation and features familiarization. Instruction shall also include maintenance that needs to be done by machine operators on a daily basis. Training shall be conducted on-site at the punch press at TYAD. Machine operator instruction shall be for up to 8 ea. (each) machine operator personnel. All materials used during training shall become the property of TYAD. The Contractor shall provide a 40-hour CNC programming training course for 4 ea. CNC programming personnel. Training shall be conducted by the Contractor's qualified training and English speaking representative. CNC programming training shall be conducted at the Contractor's training site. CNC programming personnel shall be trained in all aspects of CNC programming of the machine. Training shall occur prior to installation of the machine. The Contractor shall provide to the COR a list of available training dates; syllabi of the training course; local available lodgings; directions and maps for lodgings, training site and local area. All materials used during training shall become the property of TYAD. The Contractor shall provide 32 hours of maintenance training for Equipment Maintenance Branch personnel. Training shall be conducted by the Contractor's qualified training and English speaking representative. Maintenance training shall include preventive maintenance (PM) and general machine maintenance including the lock-out/tag-out procedure to take the machine to zero mechanical state and restore it to full operational capability. Maintenance instruction shall be for up to 3 ea. maintenance personnel and shall be performed on-site at the machine at Tobyhanna Army Depot. All materials used during the training shall become the property of TYAD. All deliverables are F.O.B. Destination with inspection and acceptance at destination, TYAD, Tobyhanna, PA 18466. The items under this solicitation are subject to the Free Trade Agreements. Defense Federal Acquisition Regulation DFAR 252.225-7036 - Buy American Act-Free Trade Agreements-Balance of Payment of Payments Program and 52.204-7 System for Award Management, will be included in the solicitation. A site visit will be held after issuance of the solicitation. Dates of the site visit will be established in the solicitation. It is strongly recommended that prospective offerors attend the site visit prior to submitting a proposal. The site visit will give offerors the opportunity to consider the layout space of the system within the installation area. This acquisition is being conducted under Full and Open Competition. NAICS code is 333517, Size Standard is 500 employees, and in accordance with FAR Part 12 Acquisition of Commercial Items, FAR 13.5 Simplified Procedures for Certain Commercial Items and FAR 15, Contracting By Negotiations as applicable. The solicitation Request for Proposal (RFP) W25G1V-16-R-0011 will be issued on or about February 29, 2016. Actual issue and due dates shall be as established in the solicitation. The RFP will be available for download on the FEDERAL BUSINESS OPPORTUNITIES PAGE. Vendors wishing an electronic copy may download the RFP on or after the issue date at the following internet address: https://www.fbo.gov/ At Keyword/Solicitation Number, insert W25G1V-16-R-0011 and click SEARCH. The solicitation will be issued electronically only. No paper or disc copies will be Issued. It is incumbent upon interested sources to periodically access the internet site through closing to obtain any amendments which may be issued. All amendments must be acknowledged in the proposal. All proposals submitted shall require a technical proposal clearly describing the Contractor's proposed equipment and capability to provide the requirements of the solicitation and statement of work. In addition, recent and relevant past performance for same or similar requirements which demonstrate capability and successful performance on previous contracts similar in size and scope of this requirement performed within the past three years will be required with proposal submitted. Any resultant contract shall be a Firm Fixed-Price, one (1) award. In order to be eligible for award, all prospective offerors must be registered in System for Award Management (SAM) and not show any Active Exclusions or Delinquent Federal Debt, and found to be responsible in accordance with FAR 9.1 - Responsibility of Prospective of Prospective Contractors. Point of contact is Raymond J. Molitoris, Senior Contract Specialist, raymond.j.molitoris.civ@mail.mil, (570) 615-7579. This notice does not obligate the the Government to award a contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e23e848632f923de442af252918af5e8)
- Place of Performance
- Address: Tobyhanna Army Depot, Tobyhanna, Pennsylvania, 18466, United States
- Zip Code: 18466
- Zip Code: 18466
- Record
- SN04014905-W 20160211/160210042600-e23e848632f923de442af252918af5e8 (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 |