Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 7,1996 PSA#1546

Contracting Officer, Crane Army Ammunition Activity, 300 Highway 361, SIOCN-CT, Crane, IN 47522-5099

35 -- MILLING MACHINE SOL DAAA32-96-B-0008 DUE 032096. 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-0008 is issued as an invitation to bid (IFB) and REPLACES DAAA32-96-B-0002 WHICH HAS BEEN CANCELLED IN ITS ENTIRETY. ALL VENDORS WHO RESPONDED TO DAAA32-96-B-0002 MUST RE-SUBMIT THEIR BID UNDER THE NEW SOLICITATION. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 90-35 and Defense Acquisition Circular DAC 91-9. This solicitation is unrestricted. All responsible sources may reply. SIC is 3541. Size standard is 500 employees. Quantity = 2 each milling machines, vertical, knee type, 3 axis, Computer Numerical Control (CNC). Minimum salient characteristics include: Class and size shall not be less than (1) Spindle horsepower=5; (2) Table Size (inches)=42 x 13; (3) Table travel (inches) X=31, Y=14; Quill travel (inches) Z=6; Knee travel (inches) 15; Spindle speed range (RPM) low 70 to 480, high 550 to 3800; Feedrate range (IPM) X, Y, & Z = .1 to 250; Rapid travel (IPM) X & Y = 400. Measuring and indicating devices shall be graduated in the U.S. Customary System of Units. Electromagnetic interference control is not required. An automatic toolchanger is not required. The machine shall be initially wired to operate on 230 volts, 3 phase, 60 hertz, electrical power. The control shall derive all its power from the machine's electrical panel. The control shall provide circular and elliptical interpolation in addition to linear and helical interpolation. Punched tape data input shall not be provided. The control shall be equipped with a 1.44 megabyte 3 1/2'' DOS compatible floppy diskette drive as a means for data input. The control shall also have dual RS-232 ports for DNC networking and other peripheral devices. Binary Cutter Location Exchange Input is not required. The following features are also required: Automatic-cycle interrupt with same block restart; Concurrent programming; Automatic rough/finish pass; Program access security; Mathematical calculations; Actual feedrate and RPM display; Calculation and display of estimated run time; Spindle load meter display; Manual handwheel in .001 inch increments to adjust X and Y positioning; Graphics feature selection; 16 mega byte of RAM; Non-volatile memory; Swiveling pendant-supported control. Post processor is not required. Canned cycles to be called by G codes is not required. The control shall have full conversational part programming capability without the use of G and M codes. The following conversational programming features are required: circle mill, frame mill, face mill, pocket mill, odd pocket mill, ellipse mill, peck mill, blend arc, 3d arc, cutter compensation, helical interpolation, bolt circle, gun drilling, chipbreaker drilling, peck drilling, dwell drilling, tapping, boring routines, rectangular repeat, mirror image, translation, linear repeat, scaling, rotation, random pattern locations, spot face. Graphics creation shall be displayed on a monitor separate from the text monitor enabling simultaneous display of both. One 3 1/2 inch floppy diskette reader/writer is required. Brand name or equal is acceptable: HURCO MFG INC Model 5M, 3-486 Control with the following additional requirements: Machine Tool Requirements (1) One indexer port, (2) One worklight, (3) Machine wired for 230, 3,60 vac; Control requirements-memory expanded to 16MB RAM. Training requirements have been deleted. Delivery and Installation (1) Contractor shall package and ship the equipment in accordance with the manufacturer's standard commercial practice. Delivery shall occur by 01 August 1996. (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, and alignment and test results. One copy is to be furnished one week prior to shipment of the machine to the delivery address. One copy shall be placed in a waterproof envelope marked ``Technical Data'' and securely attached to the machine. All technical data shall be written in the English language and identified by manufacturer, model number, and serial number. Warranties: The contractor shall offer the Government at least 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. All items 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, nomenclature; (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 contractors 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, and DFAR 252.212-7000, 252.212-7001, 252.225-7000, 252-225-7012, 252.227-7015, 252.247-7024. 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 require to follow all of the requirements of this regulation. All offers are due not later than 2:00 PM EST on 20 March 1996. Offers shall be addressed to: Crane Army Ammunition Activity, Attn: SIOCN-CT, 300 Highway 316, 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. (061)

Loren Data Corp. http://www.ld.com (SYN# 0288 19960306\35-0001.SOL)


35 - Service and Trade Equipment Index Page