Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOLICITATION NOTICE

34 -- VERTICAL MACHINING CENTER

Notice Date
3/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
333515 — Cutting Tool and Machine Tool Accessory Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-06-T-0030
 
Response Due
3/12/2006
 
Archive Date
5/11/2006
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. All clauses contained herein, except where specified otherwise, can be viewed at either of the following web addresses: http://www.arnet.gov/far/loadmainre.html (FAR ONLY) http://farsite.hill.af.mil/ (FAR and DFARS) http://www.arl.army.mil/contracts/RepsCerts.doc (Additional Clauses not found above; also, copy of the Representations and Certifications) (ii) The solicitation number is W911QX-06-T-0030. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. (iv) This acquisition is NOT being conducted as a small-business set-aside. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable CLIN 0001 Brand Name or Equal: Daewoo model DMV-5025/40 Taper Vertical Machining Center with the following specifications: 1. Minimum Machine Travels X axis = 51 inches Y axis = 25.5 inches Z axis = 24.6 Inches 2. Box-Way construction on all 3 axis 3. Fanuc 21iMB Controller With a. Spindle orientation b. Rigid Tapping c. 10.4 inch color Thin Film Transistor (TFT) LCD screen minimum d. PCMCIA Card attachment e. Custom macro B f. Portable manual pulse generator g. Two (2) year control + motor warranty minimum h. Program data protection key switch i. Mirror image j. Helical interpolation k. G-31 skip function l. 64 total offsets m. Tool length management n. 640 meters memory 4. #40 Cat. Taper Spindle with minimum 12,000 RPM 5. Spindle must have minimum of 121 Ft. Lbs Torque and 20 HP with 30 min. rating 6. Minimum 24 tool, double arm, high speed (1.5 second tool to tool) Automatic Tool Changer 7. Refrigerated spindle chiller with temperature control 8. 1.57 inch minimum ball screw diameter on all three axis 9. 20,000 Lb. Minimum Machine Weight 10. Minimum 945 inches per minutes X&Y Rapid Traverse 11. Full Enclosure Splash Guard 12. One year parts and labor machine warranty 13. Two year control and motor warranty 14. Instruction Manual, parts list, and electrical drawings CLIN 0002 9 inch Rotary Table  SMW RT-225, 360,000 Positions with Tall Stock, Installation, 4th Axis interface, cables and 1 year warranty. This table with all hookups enables a full 4 axis mode. CLIN 0003 Thru-Spindle Coolant/230 PSI PN DMV5025-TSC. Thru spindle coolant to remove chips out of the way when milling in blind pockets. CLIN 0004 Turbo Hinged Belt Chip Conveyor with variable speed control PN 5475-8325. Conveyor will bring chips out of machine and into waste can. CLIN 0005 BIG PLUS Dual contact spindle. The dual contact area of the spindle allows less deflection resulting in higher accuracy in a more rapidly produced part. CLIN 0006 Shipping SPECIAL NOTE BRAND NAME OR EQUAL (As used in this paragraph, the term brand name includes identification of products by make and model.) (a) If items called for by this Request for Proposals have been identified in the Schedule by a brand name or equal description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristi cs of products that will be satisfactory. Propo sals offering equal products, including products of a brand name manufacturer other than the one described in the Schedule, will be considered for award if such products are clearly identified in the proposals and are determined by the Government to meet fully the salient characteristics requirements referenced in the Statement of Work. (b) Unless the offeror clearly indicates in his proposal that he is offering an equal product, his proposal shall be considered as offering the brand name product referenced in the Schedule. (c) (1) If the offeror proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the Request for Proposals, or such product shall be otherwise clearly identified in the proposal. The evaluation of proposals and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in his proposal. CAUTION TO OFFERORS. The purchasing activity is not responsible for locating or securing any supporting information. Accordingly, to insure that sufficient information is available, the offeror must furnish as a part of its proposal for an equal product , all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to (i) determine whether the product offered meets the salient characteristics requirements of the Request for Proposal and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwis e available to the purchasing activity. Descriptive material is not required if the offeror is proposing the brand name specified in the schedule. (2) If the offeror proposes to modify a product so as to make it conform to the requirements of the Request for Proposals, he shall (i) include in his proposal a clear description of such proposed modifications and (ii) clearly mark any descrip tive material to show the proposed modifications. (vi) Delivery is required by 31 May 2006. Delivery shall be made to US Army Research Laboratory, Aberdeen Proving Ground, APG, MD 21005. The FOB point is APG, MD. (vii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (viii) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: A. Prior Performance  Contractor must provide references and/or documentation of performing prior contracts of a similar nature. B. Technical Capability  Proposal will be evaluated to ensure it meets the requirements as stated in the combined synopsis/solicitation C. Price Note: Technical and past performance, when combined, are significantly more important than price. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. These cl auses can be obtained at http://www.arl.army.mil/contracts/opport.htm (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defen se Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/D FARS clauses cited in this clause are applicable: 52.203-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 252.225-7001, 252.247-7023. (xii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4408, 52.005-4401, 52.032-4418, 52.045-4400 (xiii) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NOT RATED.. (xiv) The following notes apply to this announcement: None. (xv) Offers are due on 012 March 2006, by11:59 PM, by submission to Kevin Hawk at FAX (301)394-3138, at Email khawk@arl.army.mil (xvi) For information regarding this solicitation, please contact Kevin Hawk, (301)394-3138.
 
Place of Performance
Address: US Army Research Laboratory Aberdeen Proving Ground APG MD
Zip Code: 20005
Country: US
 
Record
SN01001513-W 20060309/060307212246 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.