|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1997 PSA#1781U.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. (0041) Loren Data Corp. http://www.ld.com (SYN# 0227 19970212\36-0002.SOL)
36 - Special Industry Machinery Index Page
|
|