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