Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1996 PSA#1645

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

34 -- HYDRAULIC DEEP DRAW PRESS SOL DAAA32-96-B-0009 DUE 081496. POC Kim Christenberry (812) 854-3326, 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-0009 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 90-37 and Defense Acquisition Circular 91-10. This solicitation is unrestricted. All responsible sources may reply. SIC is 3542. Size standard is 500 employees. Quantity = 1 each hydraulic 4 column deep draw press. General requirement: A programmable, computer controlled, four cylinder deep-draw hydraulic press capable of reverse/redraw operations to produce deep drawn parts in a single press cycle. Minimum required Salient characteristics: A. Main cylinder 1. 140 tons press force 2. 33 tons return force 3. 31.5 inches stroke length 4. 13.8 inches/second closing speed 5. 7.5 inches/second max pressing speed up to 36 tons 6. 3.5 inches/second pressing speed at 70 tons 7. 1.3 inches/second pressing speed at 140 tons 8. 13.8 inches/second max return speed. B. Cushion Cylinder 1. 84 tons press force 2. 22. 4 tons return force 3. 11.8 inches stroke length 4. 5. 1 inches/second closing speed 5. 5.1 inches/second length 4. 5.1 inches/second closing speed 5. 5.1 inches/second max pressing speed 6. 11.8 inches/second return speed C. Third Cylinder 1. 44.8 tons press force 2. 22 tons return force 3.15. 7. inches stroke length 4. 11.8 inches/second closing speed 5. 11. 8. inches/second max pressing speed 6. 15.3 inches/second return speed D. Fourth Cylinder 1. 28 tons press force 2. 11.2 tons return force 3. 15.7 inches stroke length 4. 16.5 inches/second max pressing speed 6. 18.8 inches/second return speed E. Work Envelope/Dimensions 1. 31.5 inches press bed left to right 2. 31.5 inches press bed front to back 3. 31.5 inches press slide left to right 4. 23.6 inches press slide front to back 5. 22 inches bed cushion table left to right 6. 23.6 inches bed cushion table front to back 7. 51.2 inches max daylight 8. 19.7 inches min daylight 9. 31.5 inches opening in frame, front 11. 15.7 inches opening in time, side F. Control System 1. PC based with 14 inch color screen terminal 2. 3.5 inch floppy disk drive 3. Independent control of each cylinder to include position, speed, direction, force, time delay 4. Sequential event control 5. Stroke/hour statistics 6. Active/passive programming 7. Program name/description 8. Tool denomination 9. Parameter storage 10. Alarm messages 11. Integrated operating instructions 12. Password level access, operator/maintenance/setup 13. Calculation of cycle time, blank size, stroke length, press force 14. Off-line programming. G. Also required, 1. one set of punch and die tooling to successfully form the illuminant canister, part number 9369944, Drawing No. 9390652. 2. Hydro-mechanical forming unit, pressure dome TD-250; table size 800mm x 800mm; punch bridge type 250-S; blank diameter minimum capability of 250mm; fully assembled and operational; or equal. H. Delivery and installation: The vendor shall be responsible for delivery to the Crane Army Ammunition Activity. The government will provide off-loading. I. Acceptance: The contractor shall demonstrate successful forming of the canister within allowed tolerances as specified by the drawing (G. Above). Cycle time to produce one canister shall not exceed 6 seconds. J. Training: Training will be acquired on a separate purchase; however, the successful contractor must agree to provide operator training. K. Manuals/Drawings: Two complete sets of all applicable manuals and drawings are required. L. Warranty: As a minimum the contractor must warrant material and workmanship for a period of 12 months from the date of acceptance. Defective parts shall be replaced free of charge. M. Electrical requirements are 460 VAC. Contractor shall package and ship the equipment in accordance with the manufacturer's standard commercial practice. 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. All items shall be delivered to: Crane Army Ammunition Activity, Bldg 148 (SIOCN-IOQ-M), Crane Indiana 7522-5011. 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 316, Crane Indiana 47522-5099. All shipments shall be FOB Destination. The provision at FAR 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 shall 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 contracts identified in (a). Technical capability will be evaluated by comparing the item offered with the characteristics of the item requested. Salient characteristics shall be provided for 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: FAR 52.203-3, 52.203-6 Alt I, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-11, and DFAR 252.212-7000, 252.212-7001, 252.225-7000, 252.225-7001, 252-225-7012, 252.225-7017, 252.227-7015, 252.227-7037, 252.233-7000, and 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 be required to follow all of the requirements of this regulation. Inspection and Acceptance will be at destination. All offers are due not later than 2:00 PM EST on 14 August 1996. Required delivery of the Hydraulic Deep Draw Press will be 120 days after award of contract. 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. A complete offer package consists of Standard Form 1449, 52.212-3 Offeror Representations and Certifications, Commercial Items, 52.225.6 Balance of Payments Program Certificate, 252.225-7000 Buy American Act Balance of payments program certificate, 252.225-7003 information for Duty Free Entry Evaluation, specifications (descriptive literature) of model offered, and past performance history. Request for this package may be faxed to 812-854-3433 Attn: Kim Christenberry. A complete offer package must be received by the time and date specified to be considered responsive. Steven Allen Contract Specialist, may be contacted at (812) 854-3406. (201)

Loren Data Corp. http://www.ld.com (SYN# 0438 19960725\34-0001.SOL)


34 - Metalworking Machinery Index Page