Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,2000 PSA#2577

Department 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