Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31, 2001 PSA #2927
SOLICITATIONS

34 -- COMPUTER NUMERICALLY CONTROLLED WIRE ELECTRICAL DISCHARGE MACHINE

Notice Date
August 29, 2001
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
ZIP Code
20783-1197
Solicitation Number
DAAD17-01-R-0044
Response Due
September 14, 2001
Point of Contact
Donna Sheely, 301-394-3384
E-Mail Address
US Army Robert Morris Acquisition Center, Adelphi (dsheely@arl.army.mil)
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposa ls/bids are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). (ii) The solicitation number is DAAD17-01-R-0044 . (iii) The solicitation document and incorporated provisions and cla uses are those in effect through Federal Acquisition Circular (FAC) 97-27. (iv) This is a 100 percent Set-Aside for Small Business. The associated North America Industry Classification System (NAICS) Code is 334512 and the Business Size Standard is 500. (v) The following is a list of contract line item numbers and items, quantities and units of measure: CLIN NO. DESCRIPTION QUANTITY UNIT 0001 Computer Numerically Controlled Wire Electrical Discharge Machine, Model ROBOFIL 440. 1 EACH (vi) Description of requirements: The above items are being solicited on a Brand Name or Equal basis. Pricing shall be required for all items as identified. The manufacturer of the above system is Holco Inc, 570 Bethlehem Pike, Fort Washington, PA. The following are the salient characteristics for CLIN 0001: (1) Five axis computer numerically controlled (CNC) wire electrical discharge machine (EDM); (2) Maximum workpiece capacity of 47 inches x 27 inches x 15 inches high; (3) Workpiece weight capability of 3000 lbs; (4) X, Y, and Z axis travel of 21 inches x 13 inches x 15 inches; (5) Linear glass scales required on all axes of motion for long term positioning accuracy; (6) Must be capable of cutting 30 degree tapers fully submerged on a full 15 inches t hick materials; (7) Fully submerged cutting up to maximum workpiece size; (8) Programmable water levels to ensure maximum cut efficiency at all times; (9) Traveling wire design, workpiece remains stationary; (10) Automatic wire threading up to full height of Z axis for brass and coated wires from .004 inches -- .012 inches thick; (11) Automatic wire and guide alignment; (12) No damage collision protection system on all axes; (13) Machine controller to have Windows 95 or Windows NT operating system; (14) Cont rol storage memory of at least 8 gigabytes; (15) Wire breakage protection system; (16) Auto restart after power failure; (17) Program transfer capable through 3.5 inches floppy drive and either RJ45 or RS-232c connection standards; (18) Capable of operatin g on 208 volt, 3 phase power; (19) Water chiller system with pump and tank; (20) Installation and factory training for at least 2 people; and (21) System must be capable of operating in fully unattended and automatic modes and able to produce parts with t olerances of .0005 inches or better. The above characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an equal the offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposes to furnish an equal product, the brand name of the product to be furnished shall be inserted on the proposal. (vii) Delivery is required by 17 December 2001. Delivery shall be made to US Army Research Laboratory, ATTN: Shipping and Receiving, Bldg. 434, Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed on-site at US Army Research Laboratory, APG, MD 21005-5001. The FOB point is Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to equality of the product and s hall be based on information furnished by the vendor. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of thei r proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a produc t so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the equipment to meet technical specifications as advertised by the offeror, past record in m eeting delivery schedules and service/maintenance. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conf orms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.2 12-3, Offeror Representations and Certifications -- Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -- with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this ac quisition. The following agenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders -- Commercial Items, applies to this acquisition. The following add itional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restriction on Subcontractor Sales to the Government (JUL 1995); FAR 52.219.8, Utilization of Small Business Concerns (OCT 2000); FAR 52.222-21, Prohibition of Segregated Facilities (F EB 1999); FAR 52.222-26, Equal Opportunity (FEB 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.225-1, Buy America n Act -- Balance of Payment Program -- Supplies, (FEB 2000); FAR 52.232-33, Payment by Electronic Funds Transfer (MAY 1999). Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http:/ /www.arnet.gov. (xiii) The following additional contract terms and conditions apply: Installation and on-site acceptance test at Aberdeen Proving Ground, MD is required. Training for two government personnel is required. A minimum one-year warranty on a ll parts and labor is required. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DOC9E. (xv) CBD Numbered Note 1 applies. (xvi) Offers are due on 14 September 2001, by 1600 hours, at US Army Research Laborator y, RMAC-Adelphi, APG Satellite Purchasing Team, AMSSB-ACA-A, Bldg. 434, Aberdeen Proving Ground, MD 21005. (xvi) For information regarding this solicitation, please contact Jean Craig at (410) 278-6517, FAX (410) 278-6522 or email jccc@arl.army.mil.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010831/34SOL002.HTM (D-241 SN50W3K1)

34 - Metalworking Machinery Index  |  Issue Index |
Created on August 29, 2001 by Loren Data Corp. -- info@ld.com