Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1999 PSA#2372

Naval 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