Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 12, 2000 PSA #2683
SOLICITATIONS

34 -- MILLING MACHINE, HEAVY DUTY VERTICAL MILLING MACHINE

Notice Date
September 8, 2000
Contracting Office
US Army Corps of Engineers, Nashville District, PO Box 1070, Nashville, TN 37202
ZIP Code
37202
Solicitation Number
DACW62-00-T-0028
Response Due
September 21, 2000
Point of Contact
Harry Simmons Contract Specialists 615-736-7253: Larry P. Cook, Contracting Officer 615-736-5679
E-Mail Address
click here to contact the contract specialists for (Harry.A.Simmons@usace.army.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is DACW62-00-T-0028, and is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition FAC 97-19. This solicitation is 100% Small Business Set-Aside. Nashville District Office is soliciting for a Heavy-duty Vertical Milling Machine. The contractor shall furnish and deliver a vertical milling machine with hardened ground gears and shaft, full gibbed ways, powered quill feed three-axis simultaneous table feed and rapid traverse, pressurized lube system, double boxways on the knee, vertical head that swivels 45 degrees side to side and electronic general magnetic spindle brake, electronic magnetic spindle lock and backlash eliminator. The milling machine shall be similar or equal to the Fryer Machine Model MB-15. The table travel shall have; 48 inches minimum longitudinal travel, 34 inches minimum cross travel and 22 inches minimum vertical travel. The working space shall have a minimum 60 inches length and 15 inches minimum width. The vertical spindle: the spindle nose shall be #40 M.T. and have infinitely variable spindle speed approximately 120 to 3,600 rpm, multiple quill feed range from approximately .001 to .008 ipr and five (5) inches minimum quill travel. The head shall swivel left and right 45 degrees. The motor; Vertical spindle motor 7 HP minimum, horizontal spindle motor 7 HP minimum, coolant pump 1/8 HP minimum, 240/480 volt 3 phase. All motors shall be TEFC with service factor of 1.5. Travel may be provided by independent motors or by a single multi-function motor. Programmable spindle speed with back gear. Accessories: Coolant system, work light, arbor for horizontal milling. Three axis CNC control for knee, tube and saddle movements to be installed at point of destination. Milling machine specified herein and related components shall be free from defective material and workmanship and all structural and mechanical features of the equipment warranted for at least twelve (12) months. Three (3) sets of specification data, operating instructions and parts list shall be furnished with milling machine. Descriptive literature for all equipment shall be furnished with each proposal. The milling machine shall be delivered within on hundred eighty (180) calendar days after receipt of signed copy of order. All transportation charges shall be paid by the contractor to point of delivery: U.S. Army Corps of Engineers, Chief Maintenance Section, 1180 Cinder Road, Old Hickory, TN 37138, telephone number 615-847-5535, point of contact for delivery Roy Joines or James Sowell. The provisions at FAR 52.212-1, Instructions to Offerors Commercial, applies. The Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with the substitution of DFARS 252.225-7000 Buy American Act and Balance of Payments Program Certificate instead of the provision at FAR 52.225-2 Buy American Act Balance of Payments Program Certificate, and include DFARS 252.204-6 Required Central Contractor Registration (Mar 1998). The clause at 52.214-4, Contract Terms and Conditions Commerical Items applies to the solicitation. In addition, the clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition as do the following additional FAR clauses cited in this clause; 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.225-7002, Qualifying Country Sources as Subcontractors, 52.232-33 Payment by the Electronic Transfer Central Contractor Registration (31 U.S.C. 3332). The above referenced clauses can be accessed electronically, in full text, at the following web site addresses: http//www.arnet.gov/far; http//farsite.hill.af.mil and http//www.dtic.mil.dfars or the full text may be obtained from Harry Simmons at the telephone number and/or address below. The quotation shall be received by the U.S. Army Corps of Engineers, Nashville District, PO Box 1070, Nashville, TN 37202-1070 by 4:15 P.M. CDT on 21 Sept 2000. For further information contact Harry Simmons at 615-736-7253, or Harry.A.Simmons@usace.army.mil. See Note 1.
Web Link
click here to email poc (http://www.orn.usace.army.mil)
Record
Loren Data Corp. 20000912/34SOL001.HTM (W-252 SN494394)

34 - Metalworking Machinery Index  |  Issue Index |
Created on September 8, 2000 by Loren Data Corp. -- info@ld.com