Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 3,1997 PSA#1754

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

34 -- CNC LATHE SOL DAAA32-97-B-0005 DUE 012897 POC Kim Christenberry, (812) 854-3226, 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 DAAA32-97-B-0005 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) 90-42 and Defense Acquisition Circular 91-10. This solicitation is unrestricted. All responsible sources may reply. SIC is 3541. Size standard is 500 employees. Quantity = 1 each computer numerically controlled (CNC) bar and chucking four axis lathe. The lathe shall be of a slant bed design and shall be supplied with a bar feeder, chip conveyor, tooling package, installation and operator training, and all features and requirements as listed within the minimum salient characteristics. Minimum required salient characteristics; A. Bed construction: 1. A 45 degree (slant bed) one piece casting. 2. Hardened and ground integral ways for the upper and lower carriages. B. Spindle and headstock: 1. 4.33 inch spindle bore with actuator and drawtube for 15 inch chucking. 2. High and low spindle speed ranges infinitely variable from 65 through 3500 rpm. C. Tailstock: 1. Hydraulic tailstock with 3.94 inch quill, number 5 morse taper, and a stroke of 5.91 inches. 2. Actuated by part program control and by foot pedal. 3. 1430 pound load capacity. D. Machining capacity: 1. 25.59 inches distance between centers. 2. 16.54 inches swing over cross slide. 3. 16.54 inches turning diameter. 4. 25.59 inches turning length. E. Axis travel: 1. 28.54 inches Z axis upper travel. 2. 26.38 inches Z axis lower travel. 3. 8.27 inches plus 3.54 inches x axis upper travel. 4. 5.12 inches plus 2.56 inches x axis lower travel. F. Turrets: 1. Hydraulic clamping. 2. 0.2 second indexing speed. 3. 12 tools upper turret. 4. 10 tools lower turret. 5. 1.00 inch OD tool size. 6. 1.50 inch ID tool size. 7. All tooling stations shall be live. G. Feedrates: 1. 591 IPM x axis rapid traverse. 2. 787 IPM z axis rapid traverse. 3. .0001 inches variable to 40 inches per revolution x and z axis cut feed rate. 4. Constant surface cutting speed. H. Axis Drives: 1. 1.57 inch diameter ball screws. 2. 4.8 HP upper drives. 3. 3.3 HP lower drives. 4. Absolute digital encoder positioning. I. Spindle motor: 1. 40 HP, VAC J. Front door: 1. Operating area fully enclosed and accessed by a sliding door with a safety glass window. K. Lubrication: 1. Automatic lubrication provided to head stock, ball screws, and sliding ways. 2. NC alarm state in the event of lub system failure. L. Coolant: 1. High pressure (flood) coolant system. 2. Mist collection system for water soluble coolants. M. Accuracy: 1. .0004 inches x axis positioning accuracy throughout each 4 inches of travel. 2. .0006 inches z axis positioning accuracy throughout each 12 inches of travel. 3. Plus or minus . 00008 inches x axis repeatability. 4. Plus or minus .00012 inches z axis repeatability. 5. Plus or minus 1.5 seconds indexing accuracy. N. Computer numerical control, 1. 4 axis control with simultaneous control of x and z axis. 2. Linear and circular interpolation. 3. Closed loop feedback. 4. 3.5 inch diskette reader built in. 5. Absolute and incremental programming. 6. .0001 inches input increments for x and z axis up to 9999.9999 inches. 7. Decimal point data input. 8. Inch/metric switchable. 9. Feed rate override. 10. 0.01 variable through 9999.99 seconds of dwell. 11. Tool nose radius compensation. 12. 32 pairs of tool offsets through 9999.9999 inches. 13. Automatic tool offset calculation. 14. .0001 through 39.3700 inches per revolution thread cutting functions. 15. Fixed and non-fixed thread cutting cycle. 16. Straight, taper, and variable pitch thread cutting and programmable chamfering. 17. Feedhold during thread cutting. 18. Compound fixed thread cutting cycles. 19. 12 inch color graphic CRTdisplay of all active data. 20. Single block, machine lock, block delete, optional stop, dry run, overtravel release functions. 21. Spindle jog, turret index, coolant on/off, axes job, pulse hand wheel manual functions. 22. Sequence number search and sequence restart. 23. Program interrupt and automatic restart from manual operation. 24. Program editor. 25. ARC radius direct programming. 26. Automatic chamfering, straight and ARC. 27. Taper angle direct programming. 28. Program, operation, machine, and control system self diagnostics. 29. RS232 ready. 30. Record and display machining and operation results, operation history and trouble information; accessible by Ethernet. 31. Conversational programming. 32. Two sets of user defined M codes. 33. Parts catcher interface. 34. Home position miscellaneous function. 35. SMW air chuck interface. 36. Arc/circular threading function. 37. 64 sets of tool offsets. 38. Bar feeder interface. 39. Chuck pressure high/low function. O. Barfeeder: 1. One single spindle barfeeder under NC control is required. Bar stock capacity shall be 12 foot by 4 inch diameter. A work stock pusher is required. P. Chip conveyor: 1. One side excretion conveyor is required. An on/off power switch or push button shall control the conveyor motor. Q. Tooling package: 1. The manufacturer's standard turret toolholder package is required. R. Miscellaneous: 1. 1 each 10 inch hydraulic chuck. 2. 1 each standard toolholder kit. 3. 1 work light. 4. Leveling jack screws with floor plates. 5. 2 copies of all applicable manuals. 6. 2 copies of all electrical drawings. 7. 220 vac main power, 3 phase. S. Training: 1. 32 hours of operator/programmer training shall be furnished. 2. 4 hours of maintenance training is required during installation. T. Installation: 1. Crane Army Ammunition Activity will off-load, set the lathe in place, and provide all utility connections. The vendor shall provide final leveling and all other installation requirements. U. Warranty: 1. The manufacturer's warranty shall, as a minimum, cover all parts and labor for not less than 12 months from the date of acceptance. V. Test and acceptance: 1. Upon completion of installation, the vendor shall demonstrate capability to meet the requirements of the salient characteristics. Descriptive literature shall be required to evaluate the technical acceptability of an offered product. Descriptive literature shall be required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as (1) design, (2) materials, (3) components, (4) performance characteristics, and (5) methods of manufacture, assembly, construction, or operation. Descriptive literature should be identified to show the item(s) of the offer to which it applies and should be received by the time specified in the solicitation. Delivery of the equipment shall be completed Monday through Thursday between the hours of 7:00 a.m. and 5:00 p.m., excluding Federal holidays. Delivery site to be at Crane Army Ammunition Activity, B# 148 Crane, Indiana 47522-5011. Delivery shall be coordinated at least 24 hours prior to planned delivery by calling (812) 854-2339. A copy of the warranty shall be furnished with the equipment. The contractor shall furnish 2 complete sets of all data pertaining to the system, operation, maintenance and its major subcomponents including parts list. One copy required one week prior to shipment of equipment. One copy shall be placed in a waterproof envelope marked technical data and securely attached to the system. Data shall be sent by certified mail return receipt requested or by other means which will identify proof of delivery and receipt. All technical data shall be written in the English language and identified by manufacturer, model number and serial number. All deliveries made through the United States Postal Service (US 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, Net 30 (unless a discount is offered). 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) technical capability of the item offered to meet the Government's requirements; (2) price; (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. Contractor shall provide the salient characteristics of the item offered. Descriptive literature necessary to determine technical capability must be submitted with offer. The following are provisions and clauses which apply to this acquisition. Some are fill-ins and must be included with offer: the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (fill-in), the provision at 52.214-4 Contract Terms and conditions-Commercial Items, the clause at 52.212-5, Contract Terms and conditions required to implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and the following additional clauses are applicable to this acquisition: the provision 252.212-7000 Offeror Representations and Certifications-Commercial Items (fill-in), the clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the provision 252.225-7000 Buy American Act-Balance of Payments Program Certification (fill-in), the clause at 252.225-7001 Buy American Act and Balance of Payments Program, the clause at 252.225-7002 Qualifying Country Sources as Subcontracts, and the provision at 252.225-7003 Information for Duty-Free Entry Evaluation (fill-in). The following additional clauses are also applicable to this acquisition: 52.203-3, 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-11, 52.225-20, 52.225-21, 252.225-7007, 252.225-7012, 252.225-7017, 252.225-7036, 252.227-7015, 252.227-7037 and 252.233-7000. 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) (15CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. All offers are due not later than 2:00 p.m. EST on January 28, 1997. Required delivery of the equipment will be 60 days after award of contract. Inspection and acceptance will be at destination. Offers shall be addressed to: Crane Army Ammunition Activity, Attn: SIOCN-CT, 300 Highway 361, 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, 252.212-7000 Offeror Representations and Certifications, 252.225-7000 Buy American Act-Balance of Payments Program Certificate, 252.-225-7003 Information for Duty-Free Entry Evaluation, specifications (descriptive literature) of models offered and past performance history. Steve Allen, Contract Specialist, may be contacted at (812) 854-3406. (0366)

Loren Data Corp. http://www.ld.com (SYN# 0152 19970103\34-0001.SOL)


34 - Metalworking Machinery Index Page