|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1995 PSA#1494Contracting Officer, Crane Army Ammunition Activity, 300 Highway 361,
SIOCN-CT, Crane, IN 47522-5099 35 -- MILLING MACHINE Sol DAAA32-96-B-0004. Due 012296. POC Judy Weber
(812) 854-2794, Ronald E. Wise, Contracting Officer. 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; proposals are being requested and a written
solicitation will not be issued. Solicitation DAAA32-96-B-0004 is
issued as an invitation to bid (IFB). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular FAC 90-32. This solicitation is unrestricted. All
responsible sources may reply. SIC is 3541. Size standard is 500
employees. Quantity = 1 each milling machine, vertical, bed, single
spindle, Computer Numerical Control (CNC), fixed base with X & Y travel
provided by movement of the table upon the base; vertical travel (Z
axis) shall be accomplished by a machining head mounted upon a moving
saddle attached to the column; rotary and tilting motions (A & B axes)
shall be furnished by a single unit that can be mounted to the table
and which is fully controlled by the MCU; with automatic tool changer.
Minimum salient characteristics include: Class and size shall not be
less than (1) Spindle horsepower=15; (2) Number of Spindle Speed =
Infinite; (3) Spindle Speed Range (RPM) to 8,000; (4) Spindle Taper No.
40; (5) Work Table Length 40 inches Width 15 inches; (6) Linear axis X
travel = 30 inches; (7) Linear axis Y travel = 18 inches; (8) Linear
axis Z travel = 24 inches; (9) Feedrate = .1 through 450 ipm; (10)
Increments = .1 ipm; (11) Rapid Traverse = 900 ipm. 4th & 5th axis (A
& B): (1) Face diameter = 6 inches; (2) Feedrate, Rotary = 20 ipm; (3)
Feedrate, tilting = 10 ipm; (4) Increments = .005 degrees; (5) Tilting
travel = 90 degrees; (6) Rotary travel = 360 degrees. Measuring and
indicating devices shall be graduated in the U.S. Customary System of
Units or the International System of Units. Electromagnetic
interference control is not required. The machine shall be initially
wired to operate on 230 volts, 3 phase, 60 hertz, electrical power. The
machining center shall use as a minimum a 32 bit, 80486 DX, 33 MH
microprocessor based CNC with closed loop feedback; shall provide
automatic control of machine functions, operating modes, 5 axes
movement, spindle operation, tool change, and other part program
directed functions; have the capability of full conversational part
program creation without the use of G and M codes; shall have
programmable interface, buffer storage, fixed cycles, part program
storage, part program edit, bi-directional lead screw compensation;
shall initiate a halt or error message should a fault condition occur.
All necessary executive program routines shall be furnished in the
form of non-volatile memory. A line voltage of plus or minus 10 percent
from normal shall not adversely affect the control system. Programming
resolution shall be a minimum .0001 inches for each linear axis and
.0002 inches for the rotary axis. The following features are required:
Simultaneous display of graphics and text; english language; DXF
drawing file translation and display; 3 1/2 inch floppy disk drive;
RS232 serial port; RS232 parallel port; automatic interposing and
restart of program cycle; conversational programming features to
include mill circle, mill frame, mill face, pocket mill, odd pocket
mill, contouring blend arc, mill ellipse, peck mill, peck drill, cutter
compensation, helical interpolation, bolt hole circle drilling and
pecking, chipbreaker drilling, dwell drilling; gun drilling; spot face;
tapping; boring routines; rectangular repeat; mirror image; linear
repeat; scaling; rotation; pattern locations; part setup change; rigid
tapping; minimum 16 megabytes RAM; minimum 1.44 megabytes, floppy disk
drive. Brand name or equal is acceptable: HURCO MFG INC Model 30 HT/M,
3-486 Control with the following additional requirements: Machine Tool
Requirements (1) 12,000 RMP spindle; (2) 15 HP spindle motor; (3) fully
programmable TB-250 4th axis rotary table (4) indexing port; (5) linear
scale position feedback; (6) power cabinet air conditioner (7) chip
conveyor; (8) rigid tapping; (9) machine wired for 230,3,60 vac.
Control Requirements: (1) 16 MB ram; (2) dual 12 inch color VGA
monitors; (3) DXF translation; (4) 3-D contour software; (5) cutter
insert software; (6) ultipocket software. Tooling requirements (1) 40
V flange tooling package; (2) 24 each retention knobs. Training
Requirements-Four 8-hour days, Monday through Thursday, provided for
two operator/programmers at the manufacturer's facility within 30 days
of government's acceptance of delivery and operational checkout;
Delivery and Installation (1) Contractor shall package and ship the
equipment in accordance with the manufacturer's standard commercial
practice. Delivery shall occur within 13 weeks of the effective date of
the contract. (2) The government will provide installation to include
leveling and lagging the machine and connecting the air and electrical
service. (3) The contractor shall provide a service technician to
perform an operational checkout upon completion of installation prior
to final acceptance by the government; Data Requirements- The
contractor shall furnish 2 complete sets of all data pertaining to the
machine and its major subcomponents including parts lists, wiring
diagrams, operating manuals, programming manuals, maintenance manuals,
maintenance manuals, and alignment and test results; Warranties-The
contractor shall offer the Government at lease the same warranty terms,
including offers of extended warranties, offered to the general public
in its customary commercial practice; however, the warranty shall not
be for less than a one year time period. The item shall be delivered
to: Crane Army Ammunition Activity, Bldg 148 (SIOCN-IOQ-M), Crane
Indiana 47522-5011. Delivery shall be coordinated at least 24 hours
prior to planned delivery by calling (812) 854-2339. The contractor
shall schedule deliveries under this contract to ensure arrival at
destination only on Monday through Thursday (excluding federal
holidays) between the hours of 7:00 AM and 2:00 PM EST. All deliveries
made through the United States Postal Service (U.S. Mail) shall be
made to the following address: Commander, Attn: SIOCN-IOQ-M, Crane Army
Ammunition Activity, 300 Highway 361, Crane Indiana 47522-5099. All
shipments shall be FOB Destination. The provision at 52.212-1,
Instructions to Offerors--Commercial applies to this acquisition.
Provision 52.212-2, Evaluation--Commercial Items is used with the
following included as part of para (a): The following factors shall be
used to evaluate offers in descending order of importance: (1) price;
(2) technical capability of the item offered to meet the Government's
requirements; (3) past performance. Award will be based on the lowest
priced, technically acceptable offer from a vendor with a satisfactory
past performance record. In order for past performance to be evaluated
the following should be provided with your offer: (a) A description of
your government/commercial contracts received or performed during the
past three years prior to closing of this solicitation. Government
contracts are defined as those with the Federal government and agencies
of state and local governments. Include: (1) Name of contracting
activity/commercial firm; (2) Contract Number; (3) Contract type (fixed
price or cost reimbursable); (4) Total contract value; (5) Description
of work/NSN, part number, nonenclature; (6) Contracting
officer/contract manager and telephone; (7) Administrative contracting
officer, if different from (6), and telephone; (8) A brief summary of
each contract cited, to include Standard Industrial Code and Federal
Stock Number. (b) The offeror may include information on problems
encountered on the contracts identified in (a). Technical capability
will be evaluated by comparing the item offered with the
characteristics of the item requested. Please provide the salient
characteristics of the item offered. Descriptive literature may be
attached. The provision at 52.212-3, Offeror Representations and
Certifications-Commercial Items shall be completed and included in the
offer. The provision at 52.212-4, Contract Terms and Conditions.
Commercial Items, applies to this acquisition. The clause at 52.212-5,
Contract Terms and Conditions Required to Implement Statues or
Executive Orders. Commercial Items, applies to this acquisition and the
following additional clauses are applicable to this acquisition:
52.203-6 Alt I, 52.203-10 52.219-8, 52.222-26, 52.222-35, 52.222-36,
52.222-37, 52.225-3. Any contract awarded as a result of this
solicitation will be a DO rated order certified for national defense
use under the Defense Priorities and Allocations System (DPAS) (15 CFR
700), and the Contractor will required to follow all of the
requirements of this regulation. All offers are due not later than 2:00
PM EST on 18 January 1996. Offers shall be addressed to: Crane Army
Ammunition Activity, ATTN: SIOCN-CT, 300 Highway 361, Crane IN
47522-5099. Bid number should be placed under the contractor's return
address for routing purposes. Descriptive literature necessary to
determine technical capability should be submitted with offer. Judy
Weber, Contract Specialist, may be contacted at (812) 854-2794. (352) Loren Data Corp. http://www.ld.com (SYN# 0217 19951219\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|