Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 24,2000 PSA#2648

Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549

J -- RETROFIT/REPAIR TURRET PUNCH PRESS SOL N00604-00-T-A257 DUE 080400 POC Mary McFeely (808) 473-7538, Contracting Officer/Contract Specialist E-MAIL: Contracting Officer, Mary_K_McFeely@pearl.fisc.navy.mil. Labor and material to retrofit/repair turret punch press. This Request for Quotation (RFQ) is issued as a 100% small business set-aside; all responsible eligible sources may submit a proposal which shall be considered. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only RFQ; quotes are being requested and a separate written solicitation will not be issued. Request for Quotation number N00604-00-T-A257 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18 and Defense Change Notice 20000627. The standard industrial code is 3542 and the business size standard is 500 employees. This requirement is for a fixed priced contract for one (1) line item. Line item 0001: Quantity- 1 Job; Item description: Labor and material to upgrade controls and retrofit/repair existing turret punch press at Shop 17, Bldg 72, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii. Description of turret punch press to be retrofitted: 25 ton capacity, 48" X 48" table, 50" throat depth, 30 stations, floor type, electric motor, Vee belt, 400 IPM Position Rate (X,Y), 0- 120" Linear Feed Range (X,Y), Perforated Punch Tape Numerically Controlled. Overall machine operating at 220 VAC, 3 Phase, 60 Hz, 100 VAC Control Volts. Existing condition of equipment considered fair by the Government. Nameplate data: Warner & Swasey NC-2550, Manufactured 1957, Serial No. 260. Existing Punch Press Controls: General Electric Numeric Positioning Control Mark Century 120. The complete retrofit package shall consist of a control system (Sealable Stand-alone Power Control Console Cabinet), servodrives and amplifiers, total rewiring of the machine, machine switches (proximity type), solid state input/output devices, magnetic contactors for 3 phase loads and electro/mechanical alterations. The contractor is to provide complete retrofit/repair and upgrade services including trouble-shooting and operational checkouts required to interface the new control console with the existing equipment and completion of all mechanical/electrical connections. The Contractor is expected to provide the following: Any adjustments of pressure and to pressure switches on the turret punch press in order to comply with original equipment manufacturer (OEM) specifications; Any required safety interlocks; Any required replacement of axis leadscrew and end bearings; Any required replacement of the turret drive chain; Any required drivebelt replacement; An overall preventive maintenance (PM) check of the existing turret punch press; Any other required parts replacement needed to sufficiently operate the machine (i.e., the replacement of the turret indexing clutch plate, ram punch clutch, ram punch brake, X-Y Ballscrews); An overall thorough preventive maintenance (PM) check of the subject existing turret punch press and corresponding remedial actions; Any postprocessors required. The operator interface shall be manual data input (MDI), provided via the use of a 14" color VGA monitor, computer keyboard and touchpanel. The control cabinet shall be air conditioned (preferably close looped). Retrofit/repair and upgrade of the controls shall include all required hardware and software. Controls shall be inch/metric selectable, utilize real-time multitasking firmware, and provide control/machine diagnostics. The controller shall be expandable so that options (such as Direct Numerical control DNC) could be added in the future. The operating system shall be Windows with a PC based platform. The Contractor shall provide 3 copies of operators/maintenance/programming manuals and electrical drawings. The Contractor shall provide training for the new controls to Government operator, maintenance, and programming personnel. Prior to acceptance of the control upgrade and general maintenance of equipment, the contractor shall demonstrate that the press with new retrofit control upgrade performs in accordance with OEM's specifications. The Government will perform an operational test prior to acceptance of the work that is based on, as a minimum, punches taken on the press with the new control console in operation. The Government will not provide tools or labor to assist the contractor in performance of the work. Proof of US Citizenship is required for all contractor personnel on site along with a picture ID. A birth certificate or US Passport qualify for proof of citizenship, however, a State Driver's License or Social Security Card is not considered proof of US citizenship. If the employee is a naturalized citizen, a Naturalization Certificate will be required. Offerors shall address how they propose to meet the requirements of each specification. Failure to do so may result in rejection of quote. Performance of the work is to be completed withing 30 days after award of and order. Inspection and Acceptance shall be made at Destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (b) (4), Technical Description-Substitute "Descriptive literature" for "technical description."; Paragraph (h), Multiple awards-Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.214-21, Descriptive Literature applies. The provision at FAR 52.212-2, Evaluation Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Technical acceptability is more important than price. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals; FAR 52.219-6, Notice of Total Small Business Set-Aside. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT CCR; FAR 52.232-36, Payment By a Third Party. FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation is also included.DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.227-015, Technical Data Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data. Wage determination No. 1994-2153 (Rev. 20) dated 07/13/2000 applies for this procurement. A copy may be obtained from http://www.ceals.usace.army.mil/netahtml/servcmg.html. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 04 August 2000. Quotes may be mailed, faxed or e-mailed. Quotes may be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201A.MM), 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii 96860-4549. Facsimile proposals will be accepted at 808/471-5750. E-mail quotes may be addressed to Mary_K_McFeely@pearl.fisc.navy.mil. See numbered Note 1. Posted 07/20/00 (W-SN477290). (0202)

Loren Data Corp. http://www.ld.com (SYN# 0036 20000724\J-0001.SOL)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |


Created on July 20, 2000 by Loren Data Corp. -- info@ld.com