Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
MODIFICATION

34 -- CNC Lathe

Notice Date
4/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-16-S-60558
 
Archive Date
5/6/2016
 
Point of Contact
Drena S, Vining, Phone: 4107626255, Walter A. Mack, Jr., Phone: 410-762-6162
 
E-Mail Address
drena.s.vining@uscg.mil, walter.a.mackjr@uscg.mil
(drena.s.vining@uscg.mil, walter.a.mackjr@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This amendment to the notice is to reflect the Government's intent to solicit this requirement as a brand name acquisition. The Government will allow competitive offers to be submitted for this requirement; however, all offers must be providing new genuine Original Equipment Manufacturer (OEM) supplies. It is the Government's belief that Hwacheon, the OEM, have the required technical, engineering specifications and proprietary formula to effectively manufacture these supplies. This information is proprietary to Hwacheon. The Government did not procure this information or the rights to use this information. Therefore, it is the Government's intention to solicit and negotiate only with {insert manufacturer name} or their authorized distributors. Concerns having the expertise and required capabilities to provide the supplies described in this notice are invited to submit complete information discussing the same within 10 calendar days from the day this notice is posted. The information submitted must include a certification from the OEM that the offeror is authorized to sell and distribute OEM supplies. All other requirements remain unchanged. This is a SOURCES SOUGHT NOTICE; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Force Logistics Center, Baltimore, MD to identify sources capable of providing a purchase of a new CNC horizontal lathe with Fanuc controls, including installation, to replace the existing non CNC lathe located at USCG Yard, 2401 Hawkins Point Road, Baltimore, MD 21226. The CNC lathe with Fanuc controls must meet the following requirements: 1. The lathe must be Fanuc controlled. 2. The lathe shall not be larger than 220.08"X96.46" 3. The lathe must include all of the features from CNC Lathe features listed below. 4. Provide all operator and maintenance manuals, parts list, electrical, mechanical and foundation drawings. 5. Provide the manufacturer's standard full parts and labor warranty, no less than one year full warranty required. 6. Provide Technical support at the time of delivery and set-up. 7. Shall insure the machine meets all of the design requirements, specifications, and OSHA safety requirements. 8. Operate the machine after set-up to insure there are no discrepancies with parts or components during testing and operation. 9. Provide all fluids as required for machine start-up and dispose of excess and residues. 10. Dispose of all shipping containers and associated items used in the shipment of the machines. 11. Provide on-site operator, mechanical maintenance, troubleshooting, and repair training for up to seven people. 12. Provide at least one year warranty. CNC Lathe Features: Control: Fanuc Oi-TD Conversational Programming: Manual Guide i Main Spindle Motor: 30/22KW (40/30HP) Main Spindle Motor Torque: Low Range 1608.7NM (30Min) (1,186FT LBS) Turnmill Spindle Motor: 7.5/5.5KW (10/7.5HP) Turret: Servo Non-Lift Turret with 0.2sec Index Turret Stations: 12 Stations All Live Capable Machine Construction: BOX WAY, True 45 Degree Slant Bed Tool System: Base Mount Tooling (BMT75) Bed Construction: Heavy Duty Meehanite Cast Iron X-Axis Drive Motor: 4KW (5.5HP) Z-Axis Drive Motor: 7KW(9.5HP) Rapids (X/Z): 20m/10m/min Ball Screw (Diameter/Maker) X-Axis: 40mm/STAR Ball Screw (Diameter/Maker) Z-Axis: 50mm/STAR Ball Screw Construction: Double Pretensioned Tailstock Quill Diameter: 4.72" Tailstock Quill Stroke: 5.91" Tailstock Quill Taper: MT #5 Swing Over Bed: 31.50" Max Cutting Diameter: 23.23" Max Cutting Length: 82.68" Spindle Nose: A2-11 Max Spindle Speed: 2,000 RPM Thru-Spindle Hole Diameter: 5.20" Max Bar Size: 4.57" Spindle Center: 44.65" Spindle Bearing Inner Diameter: 7.1" Spindle Bearing Construction: Double Row of Cylindrical roller bearings in front and duplex angular thrust bearings Coolant Tank Capacity: 100 Gallon Automatic Lubrication Unit: 12 Liter Capacity Convenient Operation Panel: Panel is on a swing arm, ability to "walk" Control to your part Tail Stock: Fully Programmable (body and quill) Chip Conveyor: Jorgenson "Hinge Belt" Chip Conveyor Machine Height: 96.46" Floor Space: 220.08"X96.46" Weight: 27,558LBS Power Requirement: 65KVA Power Range: 205-235V 3 Phase The Government will allow competitive offers to be submitted for this requirement; however, all offers must provide a CNC horizontal lathe meets or exceeds the above minimum requirements. Concerns having the expertise and required capabilities to provide the equipment described in this notice are invited to submit complete information discussing the same within 14 calendar days from the day this notice is posted. Anticipated Period of Performance: It is anticipated that a firm fixed priced one-time contract will be awarded for the purchase and installation of a new CNC lathe with Fanuc controls. Delivery schedule is from award of contract to final installation of equipment. (Not to exceed one year in duration) Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 333517, Machine Tool Manufacturing and the size standard is 500 employees. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to drena.s.vining@uscg.mil no later than April 21, 2016 12:00 p.m., Eastern Time with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. b. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. c. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 333517. d. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 333517. e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 333517. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 333517. g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 333517. 5. Statement of Proposal Submission: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. SAM: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, DO NOT Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-16-S-60558/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN04085775-W 20160417/160415234448-c55613532f4cb17ccc7557a8327bc75c (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.