Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 13,1996 PSA#1741

Commander, U.S. Army Engineer Waterways Experiment Station, Corps of Engineers, 3909 Halls Ferry Road, Vicksburg, MS 39180

32 -- DELIVER AND INSTALL ONE CNC ROUTING CENTER SOL DACW39-97-B-0003 DUE 123096 POC Emma M. Cessna, 601-634-4013 or Rufus McClodden, 601-634-2880 WEB: Contracting Division Homepage, http://www.wes.army.mil/contract.htm. E-MAIL: Emma M. Cessna, cessna@ex1.wes.army,mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. It is anticipated a firm, fixed price type contract will be awarded as a result of this solicitation. DACW39-97-B-0003 will open on 27 December 1996, at 1400 hours. Specifications are available at no charge. All responsible sources may submit a bid which will be considered. Solicitation No. DACW39-97-B-0003 is being issued as an invitation to bid (IFB). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-32. The standard industrial classification code (3553) is not applicable to this procurement. The requirement of this solicitation is to furnish and deliver with accessoriesone CNC Router Center with the following specifications: GENERAL: The machine shall be new and unused and shall be a one piece high precision (CNC) routing center. This machine shall have an operator fence on both sides of the machine to protect the operator from spindle work zones as a standard safety feature. The machine shall be furnished with two (2) each of the following: (a) Operator's and maintenance manual; (b) Assembly, parts, and electrical manual and; (c) All other manuals necessary for the operation and maintenance of the machine. TABLE: The work surface (or table top dimension) shall be 2400 x 1500 mm (96 x 60 inches) minimum. The table and head carriage shall be mounted on precision contoured highly rigid radial type linear guide ways. Table shall be 50 mm (2 inches) minimum cast aluminum plate with a precision machined surface finish. TRAVEL: (a) The "X" axis programmable travel shall be 4050 mm (162 inches) minimum; (b) The "Y" axis programmable travel shall be 1775 mm (71 inches) minimum; (c) The "Z" axis programmable travel shall be 375 mm (15 inches) minimum.The head shall be independently powered down. The spindle shall be capable of full table coverage. POSITIONING: (a) The table travel shall be provided for "Y" axis positioning and carriage travel shall be provided for "X" and "Z" axes positioning; (b) The table and carriage travels shall be accomplished by pre-loaded precision ball screws set for zero backlash and powered by digitally controlled AC brushless servo motors; (c) All positioning bearings, and ballscrews shall be maintained with an automatic lubrication system; (d) Travel positioning shall be maintained via the controller reading pulse signals from encoders mounted on each servo motor; (e) Positioning repeatability shall be +/- 0.0004" minimum; (f) The "X" and "Y" axes rapid traverse shall 1000 ipm minimum; (g) The "Z" axis rapid traverse shall be 600 ipm minimum. HEAD: The machine shall have as a minimum one(1)16HP International Standards Organization (SO) #30 taper, sealed for life router spindle, with a minimum of four(4) ABEC #9 bearings with programmable spindle speeds 3000 to 18,000 rpm minimum. The machine shall have an integral power drawbar layout with clamping and unclamping operations generating 612.3 kg (1,350 Ibs.) minimum clamp force. Clamp/unclamp shall be accomplished with push button controls. The machine shall have a standard SO #30 taper toolholders with a maximum collet/shank diameter of 18mm( 3/4 inch). One(1 ) 360 degree Programmable Rotary Aggregate System. CONTROL FEATURES: (a) The machine shall be furnished with not less than the following: (1) Remote electronic hand wheel; (2) Controller keyboard; (3) 9" high resolution CRT; (4) Linear/circular interpolation; (5) Machine operator panel; (6) Simultaneous 3 axis control; (7) RS-232 port; (8) 120 meters (47K) memory; (9) Absolute/incremental programming; (10) Calculator type decimal input; (11) Fully DNC compatible; (12) Program number search; (13) Remote cycle start (14) Remote feed hold; (15) Cutter compensation; (16) Tool length compensation; (17) Alarm/operator message display;(18) Inch/metric capability; (19) Work coordinate system; (20) Mirror image; (21) Run hour/part count display; (22) Program restart (23) Background editing; (24) Dry run; (25) MDI operation; (26) Feed rate override; (27) Spindle speed override; (28) Dwell (G04); (29) Optional block skip; (30) Sequence number search; (31) External work number search; (32) Alarm display; (33) Program protect key switch; (34) Tool offset memory; (35) Current position display; (36) Actual feed rate display; (37) Self diagnosis function; (38) 48 additional work coordinates; and (39) Canned drill & tap cycles. ELECTRICAL: The machine shall be design to operate on 440/480 volt 3 phase, 60 Hertz power. FRAME: The frame shall be constructed of heavy wall, structural steel tubing. The main frame shall be equipped with floor mounts and leveling pads. SPACE AND WEIGHT: (a) Height: 2675 mm (107 inches) minimum; (b) Depth: 3225 mm (129 inches)minimum; (c) Inside bridge distance: 3150 mm (126 inches) minimum; (d) Floor to table: 775 mm (31 inches) maximum; (e) Width: 7325 mm (293 inches) maximum; (f) Approx. weight: 10206 kg ( 22,500 Ibs) minimum VACUUM SYSTEM: (a) Machine vacuum table shall be integral part of the machine and consist of two (2) zones with machined standoffs option and clamp hold downs for boards. Vacuum zones shall be operated individually and overall system shall be controlled on/off at the operator control panel, and (b) This machine shall have a 25HP,357 CFM /29.85 HG/480V minimum rotary screw vacuum system with a heavy duty structural base with complete instrumentation, temperature and pressure monitoring features. The system shall be provided with a secondary in-line filter for maximum air filtration. OPTIONAL EQUIPMENT: (a) One (1 ) adjustable aggregate 360 degree around the "Z" axis; (b) One (1 ) 40 HP, 510 CFM, 29.85 Hg. rotary screw vacuum upgrade; (c) One (1)120" x60" worktable upgrade; (d) Tooling Package -- shall have eight (8) standard rougher and finish bits, two (2) toolholders, two (2) 3/4" collects, two (2) precision bearing nuts and one (1) tool presetter; and (e) CAM system must be provided that will work inside of AutoCAD Version 13 and be knowledge based with at less one (1) customized postprocessor. SHIPPING: The contractor shall incorporate in his bid and be responsible for all shipping with accessories to the Waterways Experiment Station (WES), U. S. Army Corps of Engineers in Vicksburg, MS. Any claim for loss and damages must be handled by the contractor. SET UP AND TRAINING: The contractor shall provide training for operators at Army Corps of Engineers, WES, Vicksburg, MS facility, following installation, for six (6) persons minimum for five (5) days. Once the machine has been positioned, a factory trained technician shall level the machine and conduct a thorough pre-production test routine. 14. WARRANTY: The manufacturer standard commercial warranty shall apply. All bids should be delivered to Building 3072 at the Waterways Experiment Station (WES), 3909 Halls Ferry Road, Vicksburg, MS 39180-6199, not later than 1400 hours on 27 December 1996. WES will accept faxed bids at 601-634-4328 or 601-634-4319. CNC Router Center shall be delivered to WES within 120 days after receipt of award. The following FAR clauses are applicable to this procurement: 52.212-1, "Instructions to Offerors-Commercial Items"; 52.212-3, "Offeror Representations and Certifications-Commercial Items"; 52.212-4, "Contract Terms and Conditions-Commercial Items and Conditions"; 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items"; and 52.0217-0004, "Evaluation of Options Exercised at Time of Contract Award." A completed copy of the provision at 52.212-3, "Offeror Representations and Certifications-Commercial Items" must be submitted with the offer. Submit an amount for each of the following items. Supplies under this procurement are as follows: Item: 0001, Description: Furnish and deliver with accessories one CNC Router Center in accordance with the specification provided above; Quantity: 1; U/I: ea; Item: 0002, Description: Equipment Optional Items as follows: Item: 0002A; Description: Adjustable aggregate 360 degree around the "Z" axis; Quantity: 1; U/I: ea; Item: 0002B; Description: 40 HP, 510 CFM, 29.85 Hg. Rotary screw vacuum upgrade; Quantity: 1; U/I: ea; Item: 0002C; Description: 120" x 60" worktable upgrade; Quantity: 1; U/I: ea; Item: 0002D; Description: Tooling package-shall have eight (8) standard rougher and finish bits, two (2) toolholders, two (2) " colets, two (2) precision bearing nuts and one (1) tool presetter; Quantity: 1; U/I: ea; Item: 0002E; Description: CAM system must be provided that will work inside of AutoCAD Version 13 and be knowledge based with at less one (1) customized postprocessor; Quantity: 1; U/I: ea. For additional information concerning this solicitation you may contact Emma M. Cessna (Contracting), 601-634-4013 or Rufus McClodden (Technical), 601-634-2880.***** CAROLYN A. BAILEY (0346)

Loren Data Corp. http://www.ld.com (SYN# 0190 19961213\32-0001.SOL)


32 - Woodworking Machinery and Equipment Index Page