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