|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,2000 PSA#2577Department of Transportation, United States Coast Guard (USCG),
Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins
Point Road, Building 31, Mail Stop 26, Baltimore, MD 21226-5000 J -- CONTRACT FOR ONE CUTTER SYSTEM, CONTROL SYSTEM, INSTALLATION AND
WARRANTY SOL Reference-Number-DTCG40-00-Q-40029 DUE 042700 POC Sandra
Miller, Contract Specialist, Phone 410-762-6452, Fax 410-762-6056,
Email smiller@elcbalt.uscg.mil -- David Monk, Contracting Officer,
Phone 410-762-6456, Fax 410-762-6056, Email dmonk@elcbalt.uscg.mil WEB:
CONTRACT FOR ONE CUTTER SYSTEM, CONTROL SYSTEM, INSTALLATION,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Number-DTCG40-00-Q-40029&LocID=493. The USCG Engineering Logistics
Center is soliciting quotations on DTCG40-00-Q-40029 from qualified
organizations to award a firm fixed price contract for: (1) "ESAB GXA
Rebuild and (2) "Repair/retro-fit on ESAB GXM 1600 cutting system'. The
CLINS are: CLIN 1. MOTION CONTROL SYSTEM, CLIN 2. CUTTING SYSTEM, CLIN
3. INSTALLATION, CLIN 4. TRAINING AND TECHNICAL SUPPORT, AND CLIN 5.
WARRANTIES AND LOCAL SUPPORT. These supplies (CLINS 1 & 2) and
services (CLINS 3-5) are considered commercial supplies/services. The
SIC code for this requirement is 7373. It is estimated that quotes will
be issued fiftenn (15) days after the date of this notification, and
the quotation openig date will be approximately three (3) days after
the issuance. This notice is for informational purposes only. All
responsible sources may submit a bid, which will be considered.
Delivery of CLINS (1) and (2). The CLINS and salients are: CLIN 1.
MOTION CONTROL SYSTEM: CNC (computer numerical control) Motion control
System to retrofit to existing ESAB gantry system including oxygen
cutting at the Coast Guard YARD. COntrol system minimum requirements,
Burny System 10 or equal, are: RUN FEATURES include: *Real time graphic
with zoom in and zoom out, showing progress of cuts, *Choic of manual
and auto cutting modes, *Required preheat times capable of being setand
learned by the controller, *Immediate kerf change while in
motion/during cut cycle, *Interrupt option to stop a job, run a
different job, and return to the interrupted job. MOTION CONTROL
FEATURES include: *3-axis configuration suited to run 2-axis contouring
machines utilizing at least 3 motor dirve systems, *Reversible along
cut path, goes backswards along the part path for repositioning and
picking up lost cuts, *Off path lead to allow restart of cut process
anywhere alon the cut program, *Test run/part preview to verify plate
alignment with correction via jostick; *Dynamic speed control range of
at least 0-500 inches per minute (ipm); *Closed loop encoder feedback
on each axis to ensure precise positioning feedback and accurately cut
parts, *At least 4 tools offsets to automatically make x-y compensation
for multiple tools. COMMUNICATION/FILE MANAGEMENT includes: *Network
connectivity, easily connects to existing network and remote network
(Internet), * Serial communications @ 115k Baud or higher; and *On
screen choice of file source. PROGRAMMING FEATURES include: *Windows NT
operating system installed, *On screen help and status features,
*Accepts either ESSI or EAI programming formats, and either English or
Metric operation, *At least 50 preprogrammed, commonly used standard
shapes; capable of manual generic programming, for non-standard shapes,
with save option; *Programmable Kerf, feed rate, dwell, and pierce ramp
preheat, *Chain cutting programmming to minimize piercing, *Rotate,
mirro, scale functions, *Database functions for automatic setting of
parameters for materials or to indicate consumable wear. HARDWARE
SPECIFICATIONS include: *at least a 266 mhz Pentium II processor,
*15-Inch or larger, industrial grade, color touch screen with audible
tone on button touch (allows operator to hear if contact is made with
touch screen buttons). The touch screen should have on touch plate
alignment. *At least 2 GB hard drive, *1.44 Mb floppy drive,
*8-direction joystick jog control, *Feed rate potentiometer,
*Industrial grade switches/for start, stop "go to position" reverse,
emergency stop controls, *Industrial grade enclosure and *EMI/RFI
suppression included. CLIN 2. CUTTING SYSTEM: Two torch Oxygen Plasma
Cutting and Marking Systems to be controlled by control system in Item
(1), with the minimum requirements below, Hypertherm Ht2000 and Arc
Writer or equal. Consumables necessary for initial install and startup
shall be included. *Cutting capacities per torch of at least: Mild
steel-1" thick piece and cut. Dross free to 32/4" mild steel. Stainless
steel-1.5 inches thick; aluminum 1.5inches thick; *Kerf angle 0
degreems to 5 degerees. *Power supplies must be 200 Amp, 100% duty
cycle at30 kw; Power supplies to have built in microprocessor to
coordinate current and gas pressure; *Ramp down at the completion of
each cut cycle for optimum consumable parts life, *Tourches will have
shield technology to protect the torch during pierce and cut
operations; Torches will have initial and automatic height control,
*System must have flexibility in plasma and shield gases: (a) Plasma
gases: oxygen, compressed air, nitrogen, argon-hydrogen mixtures, (b)
Shield gases: oxygen, compressed air, nitrogen, carbon dioxide. *The
marking system msut be able to mark or score mild steel, stainless
steel, aluminum, and other metals. *The marking system must be able to
travel, mark, or score at variable speeds and depths from 0 to at
least 300 inches per minute, *The marking system will be driven by the
control system supplied as CLIN 1 and *msut be 100% duty cycle. CLIN
3 INSTALLATION: Installation and interface of CLINS (1) and (2) to
gantry and water table described under existing conditions, and
interface with existing network and legacy data, includign fiber optic
conenction. Existing conditions include a 20' span, ESAB gantry
(installed in 1990) over a 18' X 30' Anderson water table. Available
electrical power supply is 115V and 240V. The existing oxygen cutting
torches will remain in place and must be interfaced with the new
control system. The installer is responsible for removing existing
equipemnt being replaced. The installer and repair agency must be
authorized by the manufacture of the products supplied (Hypertherm ad
CMC Burney systems, or equal). The installer and repair agency must
have past performance for the supplied systems and components including
software, hardware, mechanical and electrical components and
networking/communications. CLIN 4. TRAINING AND TECHNICAL SUPPORT:
following successful installation and integration of Items (1) and (2),
on site commercial training shall be provided. Contractor shall have
Internet site with online trouble shooting and diagnostics available.
Contractor to provide two sets of their commercial maintenance and
operators manual. CLIN 5. WARRANTIES AND LOCAL SUPPORT: The contractor
shall provide at least their commercial warranty to the government.
Local response time required is within 24 hours for service work. The
above CLINS are a commercial buy and the bidder is responsible for
providing all information and/or descriptive literature, (such as cuts,
illustrations, drawings and/or other information necessary for the
Contracting Officer to determine whether the product meets the salient
characteristics of the Quotation. If the bidder must modify a product
so as to make it conform to the requirements of this solicitation it
shall include in its bid a clear description of such proposed
modifications, and clearly mark any descriptive material to show the
proposed modifications. Modifications proposed after sealed bid opening
to make a product conform to a salient characteristic in the
solicitation should not be considered. If the bidder proposes to offer
an equal product, the brand name, if any, of the product to be offered
shall be clearly identified in the bid. Failure of descriptive
literature to show that the prduct offered conforms to the requirements
of this solicitation will require rejection of the bid. The evaulation
of the offer and the determination as to equality of the product shall
be the responsibility of the Government and will be based solely on the
information furnished by thebidder in its bid. All interested
businesses are encouraged to request a quotation via facsimile (410)
762-6056. For Minority, Women-Owned and Disadvantaged Businesses
Enterprise: The Department of Transportation (DOT) Office of Small and
Disadvantaged Business Utilization (OSDBU) has a program to assist
minority, women-owned, and disadvantaged business enterprisesto acquire
short-term workign capital assistance for transportation related
contracts. Loans are avialable under the Short-Term Lending Program
(STLP) at prime interest rates to provide accounts receivable
financing. The maximum line of credit is $500,000. For further
information and applicalbe forms concerning the acquisition, and
applicable forms concerning the STLP, please call the OSDBU at (800)
532-1169. See numbered Note 25. Posted 04/08/00 (A-SN442846). (0099) Loren Data Corp. http://www.ld.com (SYN# 0061 20000412\J-0003.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|