|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1999 PSA#2372Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN
47522-5001 34 -- GRINDER -- REBUILT/REMANUFACTURED SOL N00164-99-Q-0199 DUE
070199 POC Ms. Diane Pearson, Code 1163W7, telephone 812-854-5201, FAX
812-854-3805; Ms. Luann Shelton, Contracting Officer WEB: click here
to download copy of RFQ, http://www.crane.navy.mil. E-MAIL: click here
to contact via e-mail, pearson_d@crane.navy.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR 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 requirement is restricted to small businesses
only. Solicitation Number N00164-99-Q-0199 is issued as a Request for
Quotation. Solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-11
and Defense Acquisition Circular 91-13. The Standard Industrial
Classification Code for this procurement is 3599 and the size standard
is 500 employees. This requirement is for the following: CLIN 0001: 1
each Rebuilt/Remanufactured Landis Type 1R cylindrical Universal
Grinder with swing down I.D. spindle. Part Number "or Equal":Model # 1R
DOM 1970 or newer. Salient Characteristics: Nominal work swing --
10";Nominal distance between work centers -- 20"; Maximum diameter work
standard machine will grind with full size standard wheel -- 10 7/8"
;Minimum diameter wheel to grind zero diameter work on centers -- 10
1/2"; Floor space required -- 106"X 50"; coolant tank capacity in
gallons 19; Hydraulic tank capacity in gallons -- 9 1/4"; Height from
floor to work centerline -- 41 3/4". Work carriage: Traverse Speed in
inches per minute -- 2" to 240"; Carriage traverse per turn of
handwheel -- 0.200"; Swivel Graduated in inches per foot -- 4"; Degrees
included angle -- 20 degrees; Work rest capacity -- 1/4" to 4".
Headstock & Footstock: Headstock work center -- #10 Jarn; Footstock
work center -- # 6 Jarno; Headstock swivel range -- 120 degrees; Work
Speeds in rpm -- 60,90,150,225,400,600;Diameter hole thru spindle --
1";Headstock spindle nose 5A. Wheelhead and Wheelfeel; Grinding Wheel
Size -- 18"X 3"X 5"; Minimum diameter of worn wheel -- 7 1/2"; Maximum
distance wheel centerline to work centerline for machines w/hydraulic
infeed -- 12 1/2"; Minimum distance wheel centerline to work
centerline with footstock removed -- 3 1/2"; Work diameter reduction
per revolution of handwheel -- 0.100"; per revolution of fine feed knob
-- 0.001"; Minimum feed graduations on diameter -- 0.000050";Maximum
hydraulic infeed on diameter for machines with hydraulic infeed --
0.090"; Rapid infeed stroke -- 1.000";Grinding wheelhead swivel range
-- 90 degrees each way. Electric Motors: Wheel drive motor -- 3 HP;
Work drive motor -- 1/4 HP; Wheel spindle lubrication motor -- 1/4 HP;
Coolant Pump motor -- 1/10 HP; Hydraulic pump motor for machines
w/hydraulic traverse; and/or hydraulic infeed -- 1HP Internal grinding
spindle motor -- 1HP. REMANUFACTURE SCOPE OF WORK LANDIS UNIVERSAL
GRINDER I. DISASSEMBLY The machine and all component parts will be
completely disassembled to the bare castings, cleaned, removing all old
paint and filler. II. INSPECTION OF COMPONENT PARTS All parts will be
thoroughly inspected and a determination made regarding their
replacement and/or repair. III.REPLACEMENT OR REMANUFACTURE OF
COMPONENT PARTS 1. Bearing ways will be ground or hand scraped to
restore the original accuracy of the machine, using granite templates
or straight edges, alignment bars, and precision measuring equipment.
2. All gibs and guide wells will be properly filled. Mutilated or
broken gibs will be replaced with new. 3. All ways that are not
hardened will be spotted or flaked for holding oil. 4. No bushings or
sleeving permitted to restore any surfaces unless approved by the
customer. 5. All seals, boots, gaskets, and protective covers must be
compatible to all coolants and lubricants. 6. All seals, boots,
bearings, gaskets, protective covers and way wipers to be replaced with
new regardless of condition. 7. All parts which reflect the machines
performance, accuracy, and reliability will be replaced with new. 8.
All drive belts to be replaced with new matched sets. 9. All feed or
positioning screws and nuts will be replaced with new and/or completely
remanufactured units. 10. All tapped holes to be inspected and restored
to the manufacturer's torque holding specifications. 11. Any
dimensional changes to be noted and documented. 12. Emphasis on: A.
Wheel Head and drive will be remanufactured to new condition. Spindle
will be completely remanufactured and/or replaced with new to include:
[1] Re-ceramic coated to original tolerances. [2] Bearings(scraped to
fit spindle) or replaced with new. [3] Oil Seals replaced with new.
[4] Thrust washers and bearings will be replaced with new. [5] Gaskets
[6] New oil sight glass. [7] Pulleys to be balanced and/or in assembly
if required. [8] New matched set of vee belts. [9] Ways to be scraped,
flaked, and completely remanufactured. [10] Note and document any
dimensional changes. [11] Check and line bore housing if necessary.
[12] Spindle to be completely tested and balanced at the machine
operation RPM. B. In-Feed will be remanufactured to new condition. [1]
Remanufacture or replaced with new stepping motor ball screw drive.
[2] Remanufacture or replaced with new rapid advance retraction
cylinder. C. Base and Table will be remanufactured to new condition.
[1] To be checked for cracks and welded if necessary, all machine
surfaces will be restored to manufacturer's specifications, all tapped
holes will be inspected and restored to manufacturer's torque
specifications. Replace leveling with new. [2] Table clamping and
adjustment device will be completely remanufactured, replacing with
new, all retainer, Dis-Schorr springs, washers, needle bearings, table
clamps, drive plug, shoe lock nut, spacer, bearing needle thrust
adjustment screw, clamp screw and pivot adjustment screw. D. Foot Stock
will be remanufactured to new condition. [1] Quill bore will be
machined or honed, quill will be chrome plated and ground to fit, or
replaced with new. [2] Housing will be checked and line bored if
necessary. Note and document any dimensional changes. [3] Remanufacture
piston andcylinder, lube pump, or replace with new. [4] Replace all
switches, lines, fittings, seals, springs, gaskets, O-rings, bushing,
rings, etc. E. Head Stock to be completely remanufactured to new
condition. [1] Housing will be checked and line bored if necessary. [2]
Replace all bearings, seals, spacers, springs, gaskets, pulley, etc.
with new. [3] Quill will be completely remanufactured to new by
chroming and grinding or replaced with new. [4] All drive pulleys and
shafts completely replaced. [5] All bearings, springs, seals, spacers,
etc. will be replaced with new. [6] Unit will be checked for and
balanced if necessary. [7] Run out not to exceed manufacturer's
specifications. [8] New matched set of vee belts. [9] Note and document
any dimensional changes. F. Hydraulic System will be completely
disassembled and thoroughly cleaned and inspected. All worn pump
components, control valves, spools, and reservoirs will be repaired or
replaced with standard parts as specified by the manufacturer. All
systems will be properly set given a thorough run off and checked for
satisfactory operation of all components at the designated operating
system. G. The Lubricating System will be completely cleaned,
inspected, and repaired to insure proper lubrication to all bearing
surfaces, ways gear trains, and other moving parts, all defective
filling oilers, gages, and tubing will be replaced. The lubricating
pump will be remanufactured or replaced, as required. H. Coolant System
will be completely cleaned and flushed. New coolant lines and hoses
will be installed as required. Coolant pump will be remanufactured or
replaced as required. I. Electric Motors -- All electric motors will be
completely remanufactured including new bearings and rebalancing of
rotor or replaced with new. Whichever is economically feasible. IV.
ASSEMBLY OF MACHINE 1. Work head to be aligned to footstock. 2. All
slides and ways will be aligned to the spindle at original
manufacturer's tolerances. 3. The Machine to be completely reassembled
using new parts asoutlined above, given a complete run off, and
thoroughly inspected against the original manufacturer's
specifications. 4. All handles, dials, and knobs will be polished,
replacing with new instruction plates as required. V. SAFETY
SPECIFICATIONS Machine will be filled and sanded prior to the
application of primer and coats of enamel. The Government will supply
paint specifications. VI. Machine after remanufacture will comply with
all applicable safety regulations. Original date of manufacture shall
be 1970 or newer. The Contractor shall provide past performance for
same/similar products/specification with other Government Agencies,
public or local Government for the past three years. Vendor shall allow
Crane right of inspection of equipment at site. Must be capable of
operational testing vendor site. VII.QUALITY AND ACCEPTANCE 1. The
Government reserves the right to make a site visit of vendor's facility
and witness the remanufacture at various stages until completion. 2.
Upon completion of remanufacture, the equipment shall be tested for
performance in vendor's plant, with a representative of NAVSURFWARCEN
DIV. At this time one cylindrical part shall be ground and inspected to
determine if the proper tolerances can be obtained. All workmanship and
quality of parts are to be approved prior to shipment being made. The
Government will furnish parts, wheels, diamonds, gauges and any other
tooling required for our Quality Control Acceptance. 3. A (1) one-year
warranty shall be provided during which time any materials that may
prove defective will be corrected at no charge to the customer.
Vendor's liability being limited to the repair or replacement of such
materials. 4. This equipment must meet all applicable OSHA Safety
Standards. This requirement will be negotiated at a firm fixed price
contract and will be awarded utilizing Simplified Acquisition
Procedures. The shipping terms will be FOB destination, Naval Surface
Warfare Center, Crane, IN, with inspection and acceptance at
destination. Required delivery is 60 days after contract award. The
Government intends to award to the responsible contractor whose
quotation is the most advantageous to the Government considering price
and price-related factors. The offers will be evaluated on the
following factors: Technical specification compliance, past performance
and price. Technical specification compliance and past performance are
equal, and when taken together are significantly more important than
price. FAR Clauses/provisions 52.203-3 Gratuities, 52.212-1
Instructions to Offerors Commercial Items, 52.212-4 Contract Terms and
Conditions Commercial items, 52-212-5 Contract Terms and Conditions
Required to Implement Statues or Executive Orders Commercial Items
(incorporating FAR 52.203-6 Restrictions on Subcontractor Sales to the
Government, with Alternate I, 52.219-8 Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns, 52.222-26 Equal
Opportunity (E.O. 11246), 52,222-35 Affirmative Action for Special
Disables and Vietnam Era Veterans, 52.222-36 Affirmative Action for
Handicapped Workers, 52.222-18 European Community Sanctions for end
Products) applies to this acquisition. DFARS 252.212-7001, Contract
Terms & Conditions Required to Implement Statues or Executive Orders
Applicable to Defense Acquisitions of Commercial Items (APR 1998),
252.225-7012, Preference for Certain Domestic Commodities and
252.227-7015 Technical Data Commercial Items apply to this acquisition.
Offerors responding to this announcement must provide the information
contained in 52.212-1, Instruction to Offerors Commercial items and
must include a completed copy of provision, 52.212-3, Offferor
Representations and Certifications Commercial items. The offeror should
also provide its Commercial and Government Entity (CAGE) Code,
Contractor Establishment Code and Tax Identification Number. SPECIAL
NOTE The Director, Defense Procurement has revised DFARS to require
contractors to be registered in the Central Contractor Registration
(CCR) as a condition for receipt of contract award effective 1 June
1998. Offerors may obtain information on registration and annual
confirmation requirements by calling 1-888-227-2423, or vial the
Internet at http://ccr.edi.disa.mil. For further detains regarding the
requirements of CCR, offerors are advised to review the requirements
of DFAR 252.204-7004 contained herein. 252.204-7004 Required Central
Contractor Registration. [As prescribed in 204.703], use the following
clause: Required Central Contractor Registration (MAR 98) (a)
Definitions. As used in this clause (1) Central Contractor Registration
(CCR database means the primary DOD repository for contractor
information required to the conduct of business with DOD. (2) Data
Universal Numbering System (DUNS) number means the 9-digit number
assigned by Dun and Bradstreet Information Services to identify unique
business entities. (3) Data Universal Numbering System +4(DUNS+4)
number means the DUNS number assigned by Dun and Bradstreet plus a
4-digit suffix that may be assigned by a parent (controlling) business
concern. This 4-digit suffix may be assigned at the discretion of the
parent business concern for such purposes as identifying sub-units or
affiliates of the parent business concern. (4) Registered in the CCR
database means that all mandatory information, including the DUNS
number or the DUNS+4 number, if applicable, and the corresponding
Commercial and Government Entity (CAGE) code, is in the CCR database;
the DUNS number and the CAGE code have been validated; and all edits
have been successfully completed. (b)(1) By submission of an offer, the
offeror acknowledges the requirement that a prospective awardee must be
registered in the CCR database prior to award, during performance, and
through final payment of any contract resulting from this
solicitation, except for awards to foreign vendors for work to be
performed outside the United States. (2) The offeror shall provide it
DUNS or, if applicable, its DUNS+4 number with its offer, which will be
used by the Contracting Officer to verify that the offeror is
registered in the CCR database. (3) Lack of registration in the CCR
database will make an offeror ineligible for award. (4) DOD has
established a goal of registering an applicant in the CCR database
within 48 hours after receipt of a complete and accurate application
via the Internet. However, registration of an applicant submitting an
application through a method other than the Internet may take up to 30
days. Therefore, offerors that are not registered should consider
applying for registration immediately upon receipt of this
solicitation. (c) The Contractor is responsible for the accuracy and
completeness of the data within the CCR, and for any liability
resulting from the Government's reliance on inaccurate or incomplete
data. To remain registered in the CCR database after the initial
registration, the Contractor is required to confirm on an annual basis
that its information in the CCR database is accurate and complete. (d)
Offerors and contractors may obtain information on registration and
annual confirmation requirements by calling 1-888-227-2423, or via the
Internet at http://ccr.edi.disa.mil. If a change occurs in this
requirement, only those offerors that respond to this announcement
within the required time frame will be provided any changes/amendments
and considered for future discussions and/or award. All responsible
sources may submit an offer which will be considered by the agency.
Submit responses to Diane Pearson via fax at 812-854-3805 by 3:00 P.M.
1 July 1999. Posted 06/18/99 (W-SN344735). (0169) Loren Data Corp. http://www.ld.com (SYN# 0252 19990622\34-0003.SOL)
34 - Metalworking Machinery Index Page
|
|