Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1997 PSA#1779

U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION DIRECTORATE, ATTN AMSSC-AD, NATICK MA 01760-5011

36 -- WATER JET ABRASIVE CUTTING SYSTEM SOL DAAK60-97-R-9612 DUE 031197 POC Contract Specialist KATHLEEN WILDER (508) 233-4124 (Site Code DAAK60) This is a combined/synopsis/solicitation for commercial item Water Jet Abrasive Cutting System prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solictation; proposals are being requested and a written solictation will not be issued. An Firm Fixed Price Contract is intended to be used for the procurement of one Water-Jet Abrasive Cutting System. The Requirements for this system are as follows: 1) Gantry or Bridge Design. 2) Minimum table cutting dimensions: X-axis travel 48 inches., Y-axis travel 24 inches, Z-axis travel 12 inches, manually operated motorized adjustability during cutting process. 3) Bi-Directional repeatability +/-.005. 4) linear accuracy +/-.010. 5) Minimum continuous water and media pressure to 55,000 p.s.i. 6) Single abrasive cutting head, plus one spare. 7) A solids removal system. 8) Bulk abrasive hopper. 9) Two dimensional CAD/CAM cutter path generation capability. 10) DXF or IGES import/export interface. 11) Color Monitor. 12) Three days on sight training. 13) Manuals minimum (two sets). 14) 2 1/2 or 3 axis CNC controller. 15) Bridge or Gantry design with full protection for critical parts. 16) Electrical requirement 440volt-3 phase 60 hz. 17) Water flow rate .6 to 1.0 gal/per minute. 18) Abrasive flow rate .1 to 1.5 lbs per miunute. 19) Orifice size .005" to .015". 20) Noise levels, 80 decibels or lower. 21) Installation at U.S. Army NRDEC. This unit shall be preserved, packaged and packed for domestic shipment in accordance with best commercial practice. Delivery to be made 60 days after award of contract. Delivery is F.O.B. Destination: U.S. Army Soldier Systems Command, Kansas St., Natick, MA 01760. This solicitation document incorporated FAR provisions and clauses in effect through Federal Acquisition Circular 90-42 as applicable. FAR provision at 52.212-1 applies. FAR Provision at 52.212-4 applies and addition DFARS clauses listed in 252.212-7001 are attached as addenda; and 52.212-5 applies and includes the additional FAR clauses: 52.203-6; 52.203-10; 52.219-8; 52.222-26; 52.222-35; 52.222-36; 52-222-37; 52.233-3. DFARS provision 252.225-7000, applies except paragraph (b). DFARS Clause 252.225-7001, applies. FAR Provision at 52.212-2 applies and in accordance with paragraph A of that cluase, the following evaluationfactors shall be used to evaluate offers in descending order of importance: 1. Contractor literature must meet government specifications, and 2. Price. Following the evaluation of all proposals, the government will select the proposal that meets the government specifications and price consideration and fulfills all the government requirements. Written proposal required (5 copies). Response time is 11 Mar 97 by 12:30 P.M. EST. for submission of Proposals to the above Contracting Office. Offerors shall include a completed copy of the Provision at FAR 52.212-3 with its offer and Certification in DFARS 252.225-7000. The applicable SIC code for this effort is 3545. For the purpose of this requirement, any concern employing 500 or fewer employees is considered a small business. Firms responding shall indicate whether or not they are a small or small disadvantaged business concern. This is a 100 percent small business set- aside. Firms shall indicate whether or not they are a dealer or a manufacturer. Point of Contact: Kathleen Wilder (508) 233-4124. See Note 1. (0037)

Loren Data Corp. http://www.ld.com (SYN# 0219 19970210\36-0001.SOL)


36 - Special Industry Machinery Index Page