Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2021 SAM #7190
SOLICITATION NOTICE

34 -- MILL KNEE

Notice Date
8/6/2021 9:47:04 AM
 
Notice Type
Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
SPMYM121Q0108
 
Response Due
8/12/2021 7:00:00 AM
 
Archive Date
08/27/2021
 
Point of Contact
Ted Halliday, Phone: 7573968064
 
E-Mail Address
ted.halliday@dla.mil
(ted.halliday@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Defense Logistics Agency (DLA), Land and Maritime located at the Norfolk Naval Shipyard, Portsmouth, Virginia, Contracting Division intends to negotiate a firm fixed price contract, for the items listed below utilizing the North American Industry Classification System Code 333517. This requirement is posted as a brand name which requires products manufactured by Milltronics.� This requirement will be set aside as a 100% Small Business concern. The Contract Line Items (CLINs) are as follows. 00001� �2�Each N4215810890154 FFP MILL(KNEE X31) KV-411 KNEE-TYPE VERTICAL MILLING MACHINES WITH 3-AXIS COMPUTER NUMERICAL CONTROL (CNC) WITH ANCILLARY SUPPORT FOR INITIAL INSTALLATION AND ON-SITE TRAINING. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. FOB: Destination MILSTRIP: N4215810890154 PURCHASE REQUEST NUMBER: N4215810890154 PROJECT: YY9 PSC CD: 3417 SPECIFICATIONS Statement of Specifications for Two CNC Knee Milling Machines THE PURCHASE DESCRIPTION SET FORTH BELOW REFLECTS THOSE CHARACTERISTICS WHICH ARE ESSENTIAL TO THE MINIMUM NEEDS OF THE GOVERNMENT 1. SPECIFICATIONS: 1.1. SCOPE: This specification covers the requirements for one (2) knee-type vertical milling machines with 3-axis computer numerical control (CNC) with ancillary support for initial installation and on-site training. 2. EQUIPMENT DESCRIPTION: The equipment shall consist of two each knee-type vertical milling machines with a 3 axis CNC control. The equipment shall be operable under control of the CNC or manually controlled with dial-type hand wheels or levers. 2.1. SALIENT CHARACTERISTICS: Item 1 will have the following salient characteristics 2.1.1. Table Size: 54� x 12� Minimum 2.1.2. T-Slots: Three (3) � 5/8� wide 2.1.3. Table Load Capacity: 1500 lbs. 2.1.4. Minimum Travels: X-axis 32�, Y-axis 14�, Vertical (Knee) 16�, Z-axis (Quill) 5.9�, Millslide� 5.25� 2.1.5. Max Cutting Feedrate: 200 Inches per Minute 2.1.6. X/YZ Axis Rapid Traverse Rate: 300 Inches per Minute 2.1.7. CNC Accuracy: Positioning �0.0002�; Repeatability �0.0002�; Input, Servo 2.1.8. Axis Thrust Force X/Y/Z (Peak): 1921 lbs. 2.1.9. Spindle Nose Line to Table Distance: 1.75� minimum to 23.375� maximum 2.1.10. Column to Spindle Center: 12.25� minimum to 33.25� maximum 2.1.11. CNC Features: Milltronics 8200-B CNC 3 axis controller or equivalent 2.1.11.1. Simultaneous 3-axis linear and circular interpolation 2.1.11.2. 12� color LCD display 2.1.11.3. 1 GB RAM and 2GB program storage 2.1.11.4. Enhanced CPU with Block processing speed of 2000 bps with enhanced jerk control and look ahead 2.1.11.5. Conversational plus G & M code programming including coordinate rotating, scaling, mirror image, thread mill engraving, helical interpolation, auto routines, and user definable macros with trig assist and irregular pocket clearing 2.1.11.6. Auto DXF file import 2.1.11.7. 3D part and wire frame tool path graphics plus solid modeling graphics 2.1.11.8. Management software that allows editing of very large program files at the machine 2.1.11.9. Spindle loader meter 2.1.11.10. USB connectivity 2.1.11.11. 4th axis simultaneous control interface 2.1.11.12. Ethernet Connection 2.1.11.13. DFX File Import Software 2.1.11.14. User Definable Custom Macros 2.1.11.15. Feedrate and Spindle Speed Overrides 2.1.11.16. Spindle Load Meter 2.1.11.17. Edit Key Lock-out Switch 2.1.11.18. LCD Hour Meter 2.1.11.19. Single Spare �M� Function with CNC Wait Channel 2.1.12. Spindle Taper: ISO No. 40 2.1.13. Quill: Quill shall be designed with manual feed capability using a lever or hand-wheel and ability to disengage CNC servo control of Z-axis. 2.1.14. Knee Travel: 16� minimum 2.1.15. Spindle Speed: Programmable from 70 to 4000 RPM in both clockwise and counterclockwise rotation. 2.1.16. Max Torque: 200 ft-lb 2.1.17. Quill diameter: 4� 2.1.18. Remote Hand wheel: Machine shall be equipped with a remote hand wheel 2.1.19. Head Tilt: +/- 90� 2.1.20. Spindle motor: 7.5 HP 2.1.21. Flood coolant system: Including splash back and chip pan (installed) 2.1.22. Spray Mist: Machine shall be equipped with a programmable spray mist option. 2.1.23. Work light: (installed) 2.1.24. Power Knee: Machine shall be equipped with power Knee 2.1.25. Table Chip Guard: The machine shall be equipped with a removable table chip guard. 2.1.26. Machine Lubrication: Machine shall be equipped with a metered automatic lubrication system. 2.1.27. Quill mounted feedback scale: Machine shall be equipped with a quill mounted scale that allows feedback to the CNC to update tool length offsets. 2.1.28. (8:1) manually shifted back gear: Machine shall be equipped with a 8:1 manually shifted back gear to allow for applications requiring high torque. 2.1.29. MILLSLIDE �: Machine shall be equipped with a Millslide� option that provides programmable Z axis travel by traversing the entire head up and down. 2.1.30. Way covers: Way cover kit shall be installed 2.1.31. Machine Ways: Fully Ground Box Ways on Y-axis, Dovetail on X, MillSlide� on Z. 2.1.32. Power Requirement: Machine shall be built to NFPA 79 to accept 460 VAC, 3 phase, 60 Hz or quote package should include step down transformer to machine operation voltage. 2.1.33. Rotary Table: Machine shall be equipped with a 6.7� rotary table and all necessary electronics. 2.1.34. Tail Stock: Machine shall be provided with a tailstock for the rotary table. 2.1.35. Tooling Package: Tooling package shall include the following a. CAT40 x ER32 -2.76 collet chucks (4 ea) b. CAT40 x ER16 -2.76 collet chucks (2) c. ER32 18 pc. collet set - inch d. ER16 10 pc. collet set - inch e. CAT40 x SLN 1/4"" - 3 end mill holder f. CAT40 x SLN 3/8"" - 3 end mill holder g. CAT40 x SLN 1/2"" - 3 end mill holder h. CAT40 x SLN 5/8"" - 3 end mill holder i. CAT40 x SLN 3/4"" - 3.5 end mill holder j. CAT40 x SLN 1"" - 4 end mill holder k. CAT40 x SPU 1/2"" - 4 end mill holder l. ER32 E-wrench m. ER16 A-wrench n. CAT40 keyless Drill Chuck 5/8"" Capacity o. CAT40 Arbor. With 2"" Face Mill p. CAT40 Universal Boring & Facing Head 10mm to 200mm Bore Dia. X 3/4"" Bar Hole Dia. q. 6� Milling Machine Vise, Stationary Base 2.1.36. Ball Screw Size: 32 mm Ball Screw on X/Y and 20 mm Ball Screws on Z Axis 2.1.37. Clamping kit for work holding: Consisting of clamps, studs, slot nuts, top nuts, and heel blocks 2.1.38. Power drawbar: for automatic tool release and retention. (installed) 3. TECHNICAL MANUALS: Three (3) complete sets of technical manuals covering operation, service and maintenance, and part-listing shall be provided. 4. TECHNICAL CONTACT: NA. 5. QUALITY ASSURANCE PROVISIONS � Inspection and acceptance of the supplies, performed at destination by Code 983 and shall consist of type and kind; condition; operability, if readily determinable; preservation; packaging. 6. PRESERVATION, PACKAGING AND PACKING � The equipment shall be packaged, packed and preserved for shipment to reach ultimate destination undamaged. Package shall be prominently marked �NOT FOR OUTSIDE STORAGE�. Yellow packaging, packing, preservation and marking are prohibited. 7. Additional Requirements: 7.1. Machine Hardware: Machines shall include any necessary lifting, leveling, and floor attachment hardware for machine installation. 7.2. Nameplate: A nameplate shall be permanently and securely attached to each machine the information provided on the plate shall be as 1isted below. a. Nomenclature b. Manufacturer�s name c. Manufacturer�s model designation d. Manufacturer�s serial number e. Power input (volts, total amps, phase, frequency) f. Amp rating of 1argest motor g. Short circuit/over-current protection rating h. Contract Number or Order Number i. National Stock Number or Plant Equipment Code j. Date of manufacture 7.3. Operating and Maintenance Manual: Machine shall be provided with operating and Maintenance Manual (O&M), Electrical Manual, Mechanical Manual & Schematics three (3) each shall be provided with the machines and one (1) each searchable electronic copy (PDF) shall be E-mailed to TPOC. 7.4. Verification Test: After delivery the Contractor shall test run each machine at the site to ensure conformance with this purchase description. 7.5. Warranty: Each machine shall be warranted against any defects in material, parts, and workmanship for 12 months after the date of installation. The control, servomotors and main spindle motor are warranted against defects in material, parts, and workmanship for 12 months after the date of installation. 8. Installation: 8.1. Installation/Foundation Drawings: Not later than sixty (60) calendar days after effective date of contract; installation requirements and drawings shall be provided to Norfolk Naval Shipyard TPOC. 8.2. Location: Both Machines shall be installed inside Bldg.1711 st floor Column F8, NNSY (Norfolk Naval Shipyard, Portsmouth, VA 23709). Note: Two Bridgeport EZPLUS Knee Mills must be moved from the location by use of forklift and jacks / skates. No crane support is available. 8.3. Mechanical Installation: The Contractor shall provide all labor, fluids, (with the exception of coolant) piping, interconnecting hoses, and any other materials to move, locate, set level, align, lubricate, and make ready to operate all equipment required by this contract. All machinery shall be installed to original manufacturer's tolerances. 8.4. Electrical Installation: The Contractor shall provide all labor, wiring, cables, disconnects, connectors, breakers and any other materials for complete installation of any necessary electrical equipment and electrically connect machine to building. 9. Training: The contractor shall provide training to familiarize Norfolk Naval Shipyard personnel with the equipment and to help ensure reliable performance and maximum service life, during normal usage. The training shall be performed at customer facility between 7:20 am and 3:50 pm excluding any federal holidays. 9.1. Operator / Programmer On-Site Training: Training shall be provided at the receiving activity. Training shall include preparation of part programs, and preparation of equipment for safe operation. The trainees shall be provided instruction for all aspects of machining operations. Trainees shall be provided instruction for the care, use and operation of all attachments and accessories. Training shall be provided for three (3) operators/programmers. The training period shall not be less than four (4) consecutive, eight (8) hour work days. A training manual (which could be an additional operator�s manual) shall be provided for each student. 9.2. Maintenance Personnel: Maintenance training shall include trouble-shooting and methods of correction if the equipment malfunctions, with particular emphasis on minimizing equipment down time. Training shall be provided for three (3) maintenance personnel. Training shall cover troubleshooting and maintain the machine. The training period shall not be less than one (1) eight (8) hour workday. 10. FACILITIES ENTRY REQUIREMENTS: 10.1. Initial Entry: Contractor provide a SECNAV 5512 and a CNRMA Installation Access Screening Request form that will be provided by the technical point of contact. These documents will be endorsed by the TPOC and forwarded to the NNSY Pass Office. Contractor shall submit documents approximately two weeks before arrival. 10.2. Vehicle Entry: The company name shall be displayed on each door of the Contractor's vehicles in a manner and size that is clearly visible. All vehicles shall display a valid state license plate that complies with State Vehicle Code. Vehicles shall meet all other requirement of the State Vehicle Code, such as safety standards, and shall carry proof of insurance and state registration. Passes will be issued for vehicles to enter the shipyard. A separate pass is required for entering the Controlled Industrial Area (CIA). 11. Portable Electronic Device (PED): In accordance with COMSUBLANT/COMSUBPACINST 2075.1C, the use of Portable Electronic Devices (PEDs) while in or on Department of Navy Controlled Industrial Areas are prohibited. A portable electronic device (PED) is defined as any non-stationary electronic apparatus with singular or multiple capabilities of, but not limited to recording, storing, and/or transmitting data, voice, video, or photo images e.g.: cell phones, laptops, tablets and wearable devices such as fitness bands and smart watches. 12. Critical time Constraints: The Installation and training shall be performed between the hours of 7:20 am and 3:50 pm excluding any federal holidays. 13. Technical POC: NA 14. TECHNICAL POINT OF CONTACT: NA INSTALLATION RESPONSIBILITIES Government Contractor (XX) ( ) a. Provide machine foundation in accordance with the�manufacturer's design requirements. ( ) (XX) b. Furnish labor and material handling equipment for offloading and placing item on foundation. ( ) (XX) c. Provide and install anchor bolts and nuts. ( ) (XX) d. Set and rough level the machine on its foundation. ( ) (XX) e. Level and align machine. ( ) (XX) f. Connect machine to the provided utilities hook-up. ( ) (XX) g. Provide all necessary tools, gages, and instrumentation�necessary to perform the required tests. ( ) (XX) h. Provide and charge all systems with fluids in accordance�with manufacturer's instructions. (XX) ( ) i. Material for performance testing at Government facility. ( ) (XX) j. Material for performance testing at Contractor's facility. ( ) (XX) h. Provide utilities hook-up within 20 feet of the machine. This procurement will be processed in accordance with Federal Acquisition Regulation (FAR) Subpart 13 Simplified Acquisition Procedures for Commercial Item. The solicitation number is SPMYM121Q0108 and it is expected to be posted on or about 6 August 2021 and posted in SAM.gov, https://sam.gov/. Quotes will be due by 10:00 Am EST on 12 August, 2021 and may be emailed to the attention of Ted Halliday at ted.halliday@dla.mill. Please make sure that the solicitation number (SPMYM121Q0108) is included in the subject line of any email correspondence.� Emails without subject lines will not be read because of security issues. Vendors are hereby notified that the solicitation and any subsequent amendments to the solicitation will only be available by downloading the documents at https://sam.gov/ . By submitting a quote, the vendor will be self-certifying that neither it nor its principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal agency.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/37999a16f6b44c349818148966ed969c/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN06088378-F 20210808/210806230121 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.