SOLICITATION NOTICE
34 -- CNC Mill, Lathe, Machine Tooling, Metal Tooling CAD/CAM Software Package
- Notice Date
- 7/11/2017
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bldg 5505C, Fort Campbell, KY 42223
- ZIP Code
- 42223
- Solicitation Number
- Campbell101stSBDEWM0001
- Response Due
- 7/17/2017
- Archive Date
- 1/13/2018
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is Campbell101stSBDEWM0001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 332710 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-07-17 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Campbell, KY 42223 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: CNC Lathe: Must be have or possess the following capabilities and features at minimum: Footprint not to exceed 108" long x 55" deep; 84" high; 16" cutting diameter by 30" cutting length minimum capacity; full chip enclosure; 1800 rpm; 9 HP motor; 8" chuck; 3" spindle bore diameter; Rapid Traverse greater than 400 IPM; 20 gallon coolant reservoir, coolant pump and hose kit, air blow gun, LED work light; spindle orientation; synchronized rigid tapping; manual steady rest; manual tail stock; accuracy within +/-.0002 for both repeatability and positioning; Electronic Thermal Compensation; Fully enclosed guarding for safety; quick change tool post Controller: Remote Jog Handle for operator safety and precision, 1GB internal memory; Remote Monitoring System; USB Interface; Tool Life Management; Ethernet interface; dry run mode;, 1, EA; LI 002: Lathe 3/4" stick tooling: C style insert toolholder Qty: 1; C style Neg turning insert - stainless - Qty 10; C style Neg turning insert - steel - Qty 10; C style Neg turning insert - aluminum - Qty 10; C style Shim, Spare - Qty: 10; D style insert toolholder Qty: 1; D style Neg turning insert - stainless - Qty 10; D style Neg turning insert - steel - Qty 10; D style Neg turning insert - aluminum - Qty 10; Shim Screw, Spare C&D - Qty 4; Clamp Set Spare C&D - Qty 2; OD Threading Tool Holder Qty: 1; OD Threading Insert 12 to 24 TPI - Qty: 4; OD Threading insert 8 to 16 TPI - Qty 4 Insert Screw spare - Qty: 4; Shim Spare - Qty 2; Shim Screw Spare - Qty 4; OD Threading Tool Holder Qty: 1; OD Threading Insert 12 to 24 TPI - Qty: 4; OD Threading insert 8 to 16 TPI - Qty 4; Insert Screw spare - Qty: 4; Shim Spare - Qty 2; Shim Screw Spare - Qty 4; OD Grooving Toolholder QTY 1; Grooving Insert .079 WIDE QTY 10; Torx Screw Spare - Qty 2; Torx + L KEY 20 QTY 1; Q-Cut Tool Block QTY 1; Cutoff Blade QTY 1; Cutoff Insert .098 WIDE QTY 10; Corocut Blade Key QTY 1; C Style Neg Boring Bar 1.00 QTY 1; Shim Spare QTY 2; D Style Neg Boring Bar 1.00 QTY 1; D Style Pos Boring Bar 3/4 QTY 1; C Style Boring Bar 5/8 QTY 1; C Style Pos insert Steel QTY 10; C Style Pos insert Stainless QTY 10; C Style Pos insert Aluminum QTY 10; Insert Screw Spare QTY 4; C Style Pos Boring Bar 1/2 QTY 1; C Style Pos Boring Bar 3/8 QTY 1; C Style Pos Boring Insert Steel QTY 10; C Style Pos Insert Stainless QTY 10; C Style Positive Insert Aluminum QTY 10, 1, KT; LI 003: CNC Vertical Mill: Must be have or possess the following capabilities and features at minimum: Max footprint of machine not to exceed 97" L x 70" W x 108" tall without conveyor, Table size 47""x 10" minimum made of stainless steel; table capacity has to at minimum hold 950 lbs; table travel minimum: X: 30", Y: 10", Z: 15"; 7 HP motor with 6,000 rpms; 400 IPM rapids (X,Y,Z); 400 IPM max cutting speed (X,Y,Z); 4" Spindle to nose table minimum and greater than 19" maximum; Electronic Thermal Compensation; 10 station tool changing carousel; 20 gallon coolant capacity; work light; 40 taper tool holders; chip conveyor belt that wrings out chips saving coolant with auto reverse upon jam; Remote jog handle for safety and precision; Wireless intuitive probing to set offsets; synchronized rigid tapping; 4th axis rotary table; programmable coolant nozzle with at minimum of 30 positions; tool tray for 40 taper toolholders; 230V - 3 phase power; fully enclosed case; accuracy within +/-.0002 for both repeatability and positioning; CT40 Pull studs - Qty 24; Controller: Intuitive programming, Visual programming system that displays M-Code, Ethernet interface, 1 GB memory, USB Port, background editing ability; dry run mode; tool life management feature; Remote Monitoring System, 1, EA; LI 004: Mill tooling: Equal to Sandvik CNC Milling tools: 316 Exchangeable Head Endmill Qty 2; 316 Exchangeable Head Endmill Qty 2; 316 Exchangeable Head Endmill Qty 1; 316 Exchangeable Head Endmill Qty 2; 316 Exchangeable Head Endmill Qty 2; 316 Exchangeable Head Endmill Qty 1; 316 Holder Qty 1; 316 Holder Qty 1; 316 Holder Qty 1; 316 Holder Qty 1; 316 HOLDER QTY 1; 316 Holder Qty 1; 390 Endmill Qty 1; 390 Facemill Qty 1; 390 Insert Qty 10; 390 Insert Qty 10; Collet ER 16 Qty 1; Collet ER 16 Qty 1; Collet ER 16 Qty 1; Collet ER 16 Qty 1; Collet ER 16 Qty 1; Collet ER 16 Qty 1; Collet ER 16 QTY 1; Collet ER 16 Qty 1; Collet ER 16 Qty 2; Collet ER 16 QTY 1; Collet ER 16 Qty 1; Collet ER 16 Qty 2; Collet ER 20 TAP Qty 1; Collet ER 20 TAP Qty 1; Collet ER 20 TAP Qty 1; Collet ER 20 TAP Qty 1; Collet ER 20 TAP Qty 1; Collet ER 20 TAP Qty 1; Collet ER 25 TAP Qty 1; Collet ER 25 TAP Qty 1; Collet ER 25 TAP Qty 1; Collet ER 25 TAP Qty 1; Collet ER 32 Qty 1; Collet ER 32 Qty 1; Collet ER 32 Qty 1; Collet ER 32 Qty 1; Collet ER 32 Qty 1; Collet ER 32 Qty 1; Collet ER 32 Qty 1; Collet ER 32 Qty 1; Collet ER 32 Qty 1; Collet ER 32 Qty 1; Collet ER 40 Qty 1; Collet ER 40 Qty 1; Collet ER 40 Qty 1; Collet ER 40 Qty 1; Collet ER 40 Qty 1; Collet ER 40 Qty 1; Collet Chuck ER 16 Qty 2; Collet Chuck ER 16 Qty 2; Collet Chuck ER 20 Qty 1; Collet Chuck ER 25 Qty 2; Collet Chuck ER 32 Qty 2; Collet Chuck ER 32 Qty 2; Collet Chuck ER 40 Qty 2; Endmill Holder Qty 1; Endmill Holder Qty 1; Endmill Holder Qty 1; Endmill Holder Qty 1; Endmill Holder Qty 1; Endmill Holder Qty 1; Endmill Holder Qty 1; Endmill Holder Qty 1; Endmill Holder Qty 1; Wooden Box for ER 16 Qty 1; Wooden Box for ER 32 Collets Qty 1; Wrench Qty 1; Wrench Qty 1; Wrench Qty 1, 1, KT; LI 005: 6" machine vises that are capable of setting offset on the top and side, or equal to 6" Kurt HD690 Machining Vises, 2, EA; LI 006: Concentrated coolant; enough to make 40 gallons total equal to Astro Cut BCL coolant, 1, EA; LI 007: Delivery and offload of Machinery to permanent site on Fort Campbell, KY, 1, EA; LI 008: Professional installation of machinery at final location. To include wiring the machinery to electrical supply, leveling the machinery, and ensuring the machinery is in good working order before leaving., 1, EA; LI 009: Training Course Minimum: 32 Hour, 5 students, hands on instructional class after the machines are installed, on the machines purchased, at our location. Need the class to be tailored to the following: Overview of CNC machinig codes, programming functions for machining centers, how to maximize productivity with purchased machinery, how to maximize productivity while minimizing programming times., 1, EA; LI 010: CAM Software 3 Year Subscription Equal to Featurecam Premium Must Include at a minimum: 3 axis and 3+2 Positioning for 4th axis abilities, Single Turret turn mill, and Machine simulation. Must be able to produce NC code and create features within the program oganically within the program and import drawings and models from CAD software, creating features., 1, EA; LI 011: CAD Software 3 Year Subscription Equal to SolidWorks Standard Software 3D CAD Must be able to at a minimum: create and draw 3D Solid modeling for parts, assemblies, and drawings within the software. Must include at least 1 year of updates, upgrades, and phone support., 1, EA; LI 012: Laptop Computer Capable of efficiently running both software bundles equal to or better than a Dell Latitude 14 Rugged Extreme work station, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/407e3f984fb844c30ac12445d3b1c8da)
- Place of Performance
- Address: Fort Campbell, KY 42223
- Zip Code: 42223
- Zip Code: 42223
- Record
- SN04575306-W 20170713/170711235720-407e3f984fb844c30ac12445d3b1c8da (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 |