Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 3,1999 PSA#2337

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

34 -- VERTICAL MACHINING CENTER WITH ACRAMATIC CNC SOL 8-1-9-EH-C3275 DUE 052099 POC Victoria L. Dixon, Contract Specialist, Phone (256) 544-8998, Fax (256) 544-8688, Email victoria.dixon@msfc.nasa.gov -- David. G. Morgan, Contracting Officer, Phone (256) 544-0410, Fax (256) 544-8688, Email david.morgan@msfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/MSFC/date.html#8-1-9-EH-C3275. E-MAIL: Victoria L. Dixon, victoria.dixon@msfc.nasa.gov. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Item no. 1, Quantity 1 each. Milling Machine, Cincinnati Milicron, arrow 750 with the followinng tooling and specs: 1 41 pc set of double angle collet, 180DA; 1 21-pc set double angle collet, 200DA; 4 1/2" holder collet ext. SS050DA 304681 Erickson; 4 3/4" holder collet ext., SS075DA 204712 Erickson; 4 1" holder collet ext. SS100DA 188638 Erickson; 2 3/64 dia collet, DA200, CCL-20047.J; 4 holder, arabor, shell mill, cv40 x 1-1/2"; 2 holder end mill, cv40x1/2"; 2 holder end mill cv40x3/4"; 2 holder end mill, cv40x5/8"; 2 holder end mill, cv40x1"; 2 holder end mill, cv40x3/16"; 2 holder end mill, cv40x1/8"; 2 holder end mill CV40x1/4"; 4 holder end mill, CV40DA180; & 6 holder end mill, CV40-20-D62 or equal. SPECIFICATIONS: A. Requirements: 1. Machine capacity-X Axis: 30", Y Axis: 20", Z Axis: 20". Spindle gage line to table 5.0" to 25". 2. Work Table-Work surface shall be 37.4" x 20". Load capacity: 1,000 pounds. Tee slots: 3 x 18mm. 3. Programmable Feedrates: X, Y, Z axes -0.1 to 472 ipm. Minimum Increment 0.1 ipm. 4. Rapid Traverse- X, Y axis: 787 ipm. Z zxis: 787 ipm. Acc/Dec Rate: 137 in/sec(2). 5. Spindle Drive-Range-60-8000 rpm. Power: 12 hp continuous, 15 hp MTDR (30 min/60 min) (machine tool duty rated). Type: Variable speed AC. 6. Tool Storage-Capacity-21 tools. Twin Key Driven Tooling: #40 Taper ANSI. Tool Selection: Random. Average Tool Change Time: 7 sec. 7. Minimum Tool Dimensions-Diameter: 3" (full storage), 6" (adjacent pockets empty). Length: 12". Weight: 15 pounds. 8. Position Accuracy-Scope of test: -Full Range. Positioning -+/-.00015". Repeatability: -+/-.00004. Direction of Test: -Unidirectional. 9. Position Accuracy Qualified to ISO R230 / 2 Standard-Unidirectional Repeatability: -0.0005 in. Accuracy of the axis: -0.00066 in. 10. General Specifications-Machine Weight: 7,275 pounds. Overall Height: 106". Floor Space, Approx. (w x d): 110" x 118" w/o Chip Conveyor. 11. Machine Center must have the following standard equipment: a. 21-tool automatic tool changer; b. Temperature compensated spindle carrier; c. Positive pressure and oil mist spindle bearing lubrication; d. Flood coolant, 14.5 psi @ 5 gpm; e. 47 gal coolant tank; f. Interlocked chip and coolant guarding; g. Chip conveyor, full height, side discharge; h. AC spindle and Axis drives; i. Spindle orientation in 1 degree increments; j. Solid tapping; k. Linear scales on X&Y axes; l. X, Y, & Z axes shall be equipped with replaceable THK linear guideways; m. Multi -tap isolation transformer to allow operation on 208, 220, 230, 240, 380, 415, 460, 480 VAC @ 50 or 60 Hz. 12. Castings and Forgings-All castings and forgings shall be free of defects, scale, and mismatching. Processes such as welding, peening, plugging, or filling with solders or metallic paste shall not be used for reclaiming any defective part for use in the machine. 13. Welding, brazing, or soldering welding, brazing, or soldedering shall be employed only where specified in the original design. None of the operations shall be employed as a repair measure for any defective part. 14. Fastening devices-All screws, pins, bolts, and similar parts shall be installed in a way to prevent change of tightness. Those subject to removal or adjustment shall not be swaged, peened, staked, or otherwise permanently deformed. 15. Surfaces-All surfaces of castings, forgings, molded parts, stampings, and welded parts shall be cleaned and free from sand, dirt, fins, sprues, flash, scale, flux, and other harmful or extraneous materials. All edges shall be either rounded or beveled unless sharpness is required to perform a necessary function. Except as otherwise specified herein, the condition and finish of all surfaces shall be commensurate with the manufacturer's standard commercial practices. 16. Safety-The machine must comply with Occupational Safety and Health Act.C. B. The machine control unit is to have the following hardware configuration-(1) Dual Pentium 32 bit processors with 100 MHz bus motherboard; (2) Minimum 8 Mbytes "RAM" active memory; (3) 100MB hard drive; (4) 1.44" Floppy Disc drive; (5)PS-2 Keyboard with integral pointing device; (6) SVGA (super video graphics adapter); (7)Base operating software shall be Microsoft, Windows NT 4.0; (8) Field up-gradable to higher level Intel Pentium processors; (9) Pre-wired for future installation of fourth or fifth axes drives and tables; (10) RS-232 & Printer ports. C. The machine control unit is to have the following standard axis management features-(1)Capability to simultaneously control 4 axes (X,Y,Z,A); (2)Automatic Acc/Dec: Bell Shape; (3)Velocity feed forward; (4)NC program block look ahead (20 blocks); (5)Axis inhibit on aper axis basis; (6)Axis inversion on a per axis basis; (7)Dry run feedrate; (8)Zero shift; (9)Software axis feed limits, machine; (10)Software axis feed limits, programmed; (11) Forbidden zone programming; (12)Powerfeed and incremental jog (Two axis simultaneous); (13)End point range checking; (14)Axis error compensation, Bi-directional, Interpolated; (15)Backlash compensation; (16)Axis reversal compensation for transient reversal errors used to overcome friction for circular cross over points. D. Warranty-All items delivered under this purchase order shall be warranted by the manufacturer's standard warranty. After the warranty is up, telephone technical consultation shall be provided at no cost to the Government. E. The machine control unit is to have the following programming features-(1)Decimal point programming; (2)Inch metric switchable input via "G" code; (3)Part program timer, stop watch and part program cycle counter; (4)Absolute/Incremental; (5)Programmable dwell; (6)Block delete up to 99 differentlevels; (7)1 digit tool number; (8)Programmable interference zones; (9)32 character alpha numeric program identifier; (10)Spindle programming in 1 RPM increments; (11)Prigrammed operator messages; (12) Program branching (conditional or unconditional); (13)Program scaling; (14)Radius and filet blending; (15)Helical interpolation; (16)Polar co-ordinate programming; (17)Cutter diameter compensation; (18)Parametric subroutines, 4 level nesting; (19)3D safe zone programming; (20)Bolt hole patterns; (21)Part program rotation; (22)Automatic return to reference point; (23)Automatic return from reference point; (24)Acceleration/deceleration on/off; (25)Local coordinate system; (26)Exact stop; (27)Variables: parameter, local, common, and system; (28)Trigonometric functions (sin, cos, arcsin, arccos, arctan); (29)Extended arithmetic functions (square root, round to integer part of a number, absolute value); (30)Logical expression supported for: not, and, or, xor functions; (31)A950 part program translation; (32)A850SX part program translation. F. The machine tool control is to have the following operator features: (1)14" Touchscreen color display; (2)On screen keyboard for MDI input, Edit and other features requiring data entry; (3)Hand-held pendant with LCD readout, pulse generator handwheel, spindle speed and feedrate override potentiometer, cycle start, emergency stop, feedhold, data reset; (4)Home menu configurable by user; (5)Data journals for data including start-up history, alarms and user data stored with time & date stamp; (6)Directory services (registry, import, export) of up to 500 programs; (7)100MB (approx. 850,000 ft) part program storage on hard drive; (8)Program edit, one or two programs with cut, copy and paste capability; (9)Split screen, dual program editing function; (10)Multi block manual data input (MDI) saveable as part program; (11)Spindle HP display as bar graph on main display; (12)Part programs synchronization; (13)On screen calculator function; (14)Fixture offsets, 32 sets of offsets programmed by "H" word; (15)Multiple setup offsets, 64 Sets (one pallet offset standard); (16)Programmable tool offsets, 99 Offsets programmed by "O" word; (17)Cycle parameter table provides operator with means s of entering and modifying parameters associated with fixed cycle operation; (18)Passwords, multiple levels to restrict access to selected areas; (19)Communications EIA RS-232, Xon/Xoff; (20)Diagnostic: extended and interactive; (21)Backup capability for critical areas of user data; (22)Resident Assistant Programmer (RAP), On screen graphical assistance in writing "G" code programs using icons and prompts for all required data, rapid, linear, circular, and helical interpolation, fixed cycles, circular and rectangular patterns, scaling, and probing; (23)RAP generation of fully editable "G" code programs; (24)Balloon help. G. Documentation-One set of the following manuals shall be provided. Documentation shall be supplied with the machine-(1)Operators Manual: containing instructions for proper operation of themachine and control; (2)Machine Maintenance manual: containing machine specifications, functional diagrams, machine repair procedures, machine adjustments, and recommended spare parts list; (3)Parts Programming Manual: including programming and tape preparation instructions. H. Training-Vendor shall provide three days (24 hours) of on-site operator familiarization training. I. Installation-The Government shall be responsible for basic machine installation including anchoring and routing of electrical and pneumatic services to the point of use including all necessary fittings and materials. The supplier shall be responsible for making final service connections to the provided services. J. Vendor experience and certification-The manufacturer of this machine must demonstrate a proven performance that above specifications can be met through years of experience. Manufacturer shall have in place and conform to ISO 9001 certification. The provisions and clauses in the RFQ are those in effect through FAC 97-10. Thisprocurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 3541 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to MSFC is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact [or bid distribution office, by the date/time specified and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: MSFC 52.239-1, NFS 1852.211-70, and 1852.214-71. Reserve paragraph(s) (d), (e), (f), (h), & (i) in 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: MSFC 52.211-90, MSFC 52.232-90, NFS 1852.246-71, FAR 52.204-4, 52.211-15 and 52.247-34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3. Questions regarding this acquisition must be submitted in writing no later than May 8, 1999. Quotations are due by cob May 20, 1999, to the address specified above and to the attention of the Bid Depository. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s). Any referenced notes can be viewed at the following URL:http://genesis.gsfc.nasa.gov/nasanote.html. Posted 04/29/99 (D-SN325738). (0119)

Loren Data Corp. http://www.ld.com (SYN# 0254 19990503\34-0001.SOL)


34 - Metalworking Machinery Index Page