SOLICITATION NOTICE
34 -- One (1) DMG MORI vertical mill, model NVX7000 with MAPPS CELOS Controller.
- Notice Date
- 8/15/2024 12:21:37 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-24-Q-0019
- Response Due
- 8/21/2024 1:00:00 PM
- Archive Date
- 09/05/2024
- Point of Contact
- Jimmy Creech, Phone: 2568425142, Jeremy Waters, Phone: 2566580035
- E-Mail Address
-
jimmy.w.creech.civ@army.mil, michael.j.waters46.civ@army.mil
(jimmy.w.creech.civ@army.mil, michael.j.waters46.civ@army.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Army Contracting Command-Redstone is soliciting a quote. In order for a quote to be accepted, the vendor must provide historical pricing data such as copies of previous invoices or purchase orders to support fair and reasonable pricing. Combined Synopsis/Solicitation Number W31P4Q-24-Q-0019 is to be a Sole-Source procurement to DMG MORI USA OF Hoffman Estate, Illinois in accordance with FAR 13.5 (a) - The statutory authority for processing this requirement through other than full and open competition is 41 U.S.C. 1901. This action is for commercial items, as defined in FAR 2.101, and will be processed pursuant to FAR 13.5,Simplified Procedures for Certain ACC Other than Full and Open Competition Guide Commercial Items. The corresponding NAICS code for this procurement is 333517. The US Army Contracting Command-Redstone is soliciting a quote from DMG MORI USA., for the purchase of the following item: The contractor shall provide the following items as specified in the table below: Item Number� � � � � � � � � � � � � � � � Part Description� � � � � � � � � � � � � � � � � � � � � � � � �Qty J-A02048� � � � � � � � � � � � �NVX7000Vertical Configured Mill� � � � � � � � � � � � � � � � � � � � 1 J-005338� � � � � � � � � � � � � � � � � � Fanuc_F0iMF� � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1 J-003261� � � � � � � � � � � � � � CELOS - ERGOline Touch� � � � � � � � � � � � � � � � � � � � � � � �1 J-007580� � � � � � � �Standard spindle 14,000 min-1, 22/ 18.5 kW (#40)� � � � � � � � � � � 1 J-007589� � � � �Spindle Taper 7/24 Taper #40 (two-face contact)/ Grip CAT� � � � � � � 1 J-007251�� �Preparation for Center Through-spindle coolant system J-007251� � � � �1 J-007600� � � � Retention Knob: Special (Center-Through) (7/24 Taper #40)� � � � � � � 1 J-007575� � � � � � � � � �Tool storage capacity 30 tools (#40, STD)� � � � � � � � � � � � � � � � 1 J-G00428� � � � � � � � Usable Coolant Type: Water-Soluble Coolant� � � � � � � � � � � � � � 1 J-021791�� �In-machine chip conveyor (spiral type) + external chip conveyor (hinge + scraper + drum filter type)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1 J-008010� � � � � � Interface for Through-Spindle Coolant System (7 MPa, Constant Pressure)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1 J-006013� � � � Through-spindle coolant/ air (switching specifications) (SK-OP)� � � �1 J-006012� � � � � � � � � � � � � � � � �Coolant gun for machining side� � � � � � � � � � � � � � � � 1 J-021391� � � � � � � � � � � � � � � � � � � � � �Shower coolant� � � � � � � � � � � � � � � � � � � � � � � �1 J-056080� � � � � � � � � � � � � � � Mist collector zeroFOG #2 (Built-in) (SK-OP)� � � � � � �1 J-021552� � � � � Full-closed loop control for X, Y, Z-axis (Direct scale feedback)� � �1 J-001952�� �In-machine measuring system (spindle) optical signal transmission type touch sensor (RENISHAW, OMP60)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1 J-006035� � � In-machine measuring system (table) touch sensor (RENISHAW)�� �1 J-021329� � � � � � � � � �Signal lamp 3 layers (Red, yellow, green) LED type� � � � � � �1 J-015384� � � � � � � � � � � � � � � �Interface for EtherNet/IP (SK-OP)� � � � � � � � � � � � � � �1 J-015385�� �Interface for Robot (EtherNet/IP), Need to select EtherNet/IP Interface�� �1 J-002210�� �Multi dry filter (SK-OP)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1 J-G00950�� �Voltage of Customer Factory 200 V� � � � � � � � � � � � � � � � � � � � � � � � � � �1 J-G00961�� �Frequency 60 Hz� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1 J-004472�� �Setting Unit inch� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1 J-007785�� �Fast data server (excluding memory card)� � � � � � � � � � � � � � � � � � � � � �1 J-008485�� �E77550 Memory card for Data server (CF card 2 GB)� � � � � � � � � � � � � �1 J-008240�� �Part program storage length 2 MB (5,120 m) in total� � � � � � � � � � � � � � 1 J-008516�� �AI contour control II + Fast data server (excluding memory card)� � � � 1 J-008115�� �External high-speed skip (installation of high-speed skip terminal� � � � 1 J-000080�� �Screen display English� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1 J-011731�� �IoTconnector (SK-OP)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1 J-011732�� �NETservice (SK-OP)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1 J-011734�� �Machine Data Connector (MDC) (SK-OP)� � � � � � � � � � � � � � � � � � � � � � �1 N/A�� �Transport costs� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1 J-004965�� �3D Data Model (Skin model)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1 Z-COST01�� �SV1: Standard Machine Installation� � � � � � � � � � � � � � � � � � � � � � � � � �1 Z-COST06�� �DMG MORI Connect� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1 Z-COST07�� �EG1: Standard Machine Training� � � � � � � � � � � � � � � � � � � � � � � � � � � � 1 ��� � � Additionally, this equipment must meet the requirements stated below: 3D machining capability with the following requirements: A minimum X-axis travel of 60 inches A minimum Y-axis travel of 29 inches A minimum Z-Axis travel of 25 inches Machine capability to accommodate a workpiece weight of a minimum of 4300 pounds Machine capability to accommodate a workpiece length of 65 inches Machine capability to accommodate a workpiece width of 25 inches The machine requires direct scale feedback The machine shall provide Z-axis drop prevention and centered door opening with and a minimum door opening of 65 inches which will allow for direct access to workpiece. MAPPS SIEMENS CELOS Controller Machine footprint must fit within an 18 foot by 18 foot space **Travel is not required in the performance of this contract. The above items shall be delivered to the following: US ARMY AMRDEC RDMR-WDA-MPA (Attn.) Jennifer I Richman Building 5217, Room 111 Mills Road, Redstone, Arsenal, AL 35898 256-313-8788 CONTRACTORS THAT DO NOT REQUIRE CAC, BUT REQUIRE ACCESS TO A DOD FACILITY OR INSTALLATION:� Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. ACCESS AND GENERAL PROTECTION / SECURITY POLICY AND PROCEDURES:� This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include associated sub-contractors employees shall comply with applicable installation, facility and area Commander Installation and facility access and local security policies and procedures (provided by the Government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. The contractor workforce shall comply with all personal identity verification requirements (CFR clause 52.204-9, Personal Identity Verification of Contract Personnel) as directed by DoD, Department of the Army Headquarters, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. The prime contractor Human Resources/ Security Officer is responsible for the collection of all Redstone Badges and CAC cards issued to their employees. The Human Resources/Security Officer will then turn over these credentials to the COR. This applies when the contract expires; as well as, when a contractor resigns or is terminated. After accounting for all badges/ CACs, the COR will turn in the credentials at the One Stop Badging Office or CAC Office (MILPO). All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-06. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. �Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; Provision 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services and Equipment; Provision 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation; Provision 52.212-1, Instructions to Offerors - Commercial; Provision 52.212-2, Evaluation - Commercial items; Provision 52.212-3, Offeror Representations and Certifications - Commercial Items; Provision 252.204-7012�Safeguarding Covered Defense Information and Cyber Incident Reporting; Provision 252.204-7020�, NIST SP 800-171 DoD Assessment Requirements; Provision 252.204-7024, Notice on the Use of the Supplier Performance Risk Systems; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; Clause 52.222-50 Combatting Trafficking in Persons; Clause 52.223-18 Contractor Policy to Ban Text Messaging While Driving; Clause 52.232-39, Unenforceability of Unauthorized Obligations; and Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports are applicable to this acquisition. Other clauses may be included in the award if applicable. All responsible sources may submit a capability statement and quotation which shall be considered by the agency. In the event more than one quote is received, the following factors shall be used to evaluate offers: technical capability of the items offered to meet the Government requirement, price, and delivery. All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. Payment will be made via Wide Area Workflow. Responses are due no later than 3:00 PM (CST), 21 August, 2022. �Electronic quotes are required. Responses must be submitted to: jimmy.w.creech.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9ee623e0fa694a54ac8f9e3e4112aff8/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN07172254-F 20240817/240815230121 (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 |