Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2006 FBO #1656
SOLICITATION NOTICE

34 -- PLATE ROLLER

Notice Date
6/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
333513 — Machine Tool (Metal Forming Types) Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC06161168Q
 
Response Due
6/15/2006
 
Archive Date
6/7/2007
 
Description
This notice 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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement is NOT set aside for small business. This notice is being issued as a Request for Offer (RFO) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of this solicitation. PLATE ROLL GENERAL SPECIFICATION The Contractor shall furnish one (1) 10-foot Plate Roll, Four (4) Roll type, Computer Numerical Controlled (CNC), Hydraulic Operated, two (2) sets of manuals, one (1) delivery and installation to GRC, and one (1) training in the operation of the plate roll. The plate roll shall be delivered within 16 weeks after contract award. The Plate Roll will be used in a research environment for the manufacture of highly accurate and unique aerospace hardware including prototype models, flight articles, developmental instrumentation, and wind tunnel test equipment. Overall weight of Plate Roll shall not exceed 80,000 lbs. PLATE ROLL SPECIFICATIONS The plate roll shall meet the following specifications: 10-Foot Plate Roll, Four (4) Roll Type, Computer Numerical Control (CNC), Hydraulic Operated The Plate Roll shall be furnished in accordance with the following specifications: Shall be new construction of a commercial item. (No refurbished or used equipment will be acceptable). Shall be a four (4) Roll machine. Rolls shall have at least 122.00-inches of working-surface. Machine shall be provided with a Cone Bending package to include any and all machine reinforcements needed to accomplish this task. Shall have sufficient torque to pre-bend at least a 1.25-inch thick by 10-foot wide plate of ASTM A-36 steel in one pass. Construction shall be robust enough such that the pre-bent edges are straight and parallel when pre-bending and roll operation is complete. Shall be capable of pre-bending both the leading and trailing edges of sheets, plates and cone plates with one insertion of material. Shall roll form plate material leaving flats at the leading and trailing edge no greater in length than 1.5 X thickness of material being rolled. Shall come equipped with Radius Monitoring package to allow for continuous on screen monitoring of diameter as it is being formed. Shall be capable of roll forming a cone that has a 16.5-foot large diameter by 6.5-foot small diameter by 10-feet long from 0.50-inch thick 6061-T6 Aluminum. Shall be capable of roll forming 60-degree or less arc segments of this cone from 10-foot wide by 0.50-inch thick 6061-T6 aluminum. Shall be capable of roll forming at least an 18-foot diameter by 10-foot long cylinder from 1.50-inch thick ASTM A-36 steel. Shall be capable of roll forming cylinders that are 1.1 times the diameter of the Upper Roll or less. (18.000-inches X 1.1 = 19.800-inch diameter or less) Rolls shall be machined from forged carbon steel and heat treated to 55 ? 62 Rockwell C scale (Rc) followed by a finish grind and polishing. Upper Roll shall be a minimum of 17? diameter and shall not exceed 18.00-inches in diameter and be designed to Roll 1.50-inch thick plate. Lower Roll shall be a minimum of 15.00-inches in diameter and shall not exceed 16? in diameter and be equipped with a Hydraulic Crowning Device that is automatically CNC controlled. Side / Bending Rolls shall be at least 17.00-inches in diameter. Side / Bending Roll motion shall be by hydraulic actuation through a rocker arm providing an arcing movement. The Upper and Lower Rolls shall have a hydraulic infinitely variable speed drive. Each Roll shall be driven by a separate hydraulic motor and shall have automatic hydraulic speed compensation between the two Rolls. Surface feet per minute (sfm) of each Roll shall be automatically controlled by the CNC and shall be infinitely variable from 0.0-inches per minute to at least 240.00-inches per minute. Speed of Upper and Lower Rolls shall be displayed on the CNC control. Roll positioning (open/closing, clamping, tilting) shall be CNC controlled and accomplished through hydraulics. Clamping pressure of the Upper and Lower Rolls shall be automatically set from the Material Library after material type, tensile strength and thickness are selected. Values may be added or modified through Manual Data Input (MDI). Clamping pressure shall be measured at each end of the Lower Roll and shall be displayed on the CNC control. Drop End actuation shall be through hydraulics and CNC control. Shall comply with ANSI B11.12-2005 and OSHA Safety Requirements for Roll Forming and Roll Bending Machines. Computer Numerical Control (CNC) The Plate Roll shall be equipped with an Industrial Based PC Control. The Control shall be mounted on a moveable pendant / arm / cabinet. All operating controls necessary for manual and programmed operation of the machine shall be mounted for convenient operator access and shall be clearly identified to facilitate use. The CNC shall include but not be limited to the following features: Control shall display in the English language. Shall be Ethernet compatible and have a built in Ethernet. Shall be a 3-D Color Graphic Control. Shall have a Microsoft Windows XP Professional Operating System. Shall have at least 256 Megabytes of Random Access Memory (RAM). Shall have an internal 40 Gigabyte hard drive. Shall have a CD-ROM with CD-R/W capability and operate at 52/32X. Shall have an Ethernet RJ 45 port. Shall have at least one (1) USB 2.0 port. Shall have at least a 1.44 Megabyte 3.50-inch floppy disc drive. Shall have at least a 15.00-inch Thin Film Transistor, Color Liquid Crystal Display. Shall have a Touch Screen Operator Interface. Shall accept inputs from an RS 232C serial port, 3.50-inch IBM format floppy disc, CD-ROM with R/W capability, USB port, manually via keyboard, and from built-in computer assisted graphic programming software. The CNC shall be pre-wired to control all options offered by the Plate Roll manufacturer. Shall be a software programmable multi-axis control with at least 16 programmable axes for controlling: Bottom Roll position, clamping pressure, and tilting Side Roll position, pre-bending and tilting Cone Forming Crowning of Lower Roll Roll rotation and speed Drop End opening and closing Automatic material squaring Material supports Other features: CNC shall be capable of controlling Lower Roll deflection by automatically applying positioning correction through Hydraulic Crowning. Shall be equipped with glass scale linear encoders which are affixed to each end of the Lower Roll and the Side Rolls to assure they are parallel to the Top Roll within + / - 0.004-inch and that positioning of the Side Rolls is within + / -0.004-inch for cone forming operations. Re-paralleling of the Rolls shall be automatic. CNC shall have an interface for radius and angle measurement feedback signals from a laser or similar measuring device. Shall be capable of simultaneous movement of two (2) or more axes for: Bending Roll interpolation for continuous bending providing smooth blending between different radii Crowning Axes controlling other options such as material supports Built-in computer-assisted programming software which allows the operator/programmer to program complex 2-dimensionsal (2D) and 3-dimensional (3D) parts both graphically and by shape definitions at the CNC console shall be included as part of the system software. Shall be furnished with a Shape Library to assist in manual programming of the CNC. Shall be furnished with a Material Library containing material specifications including tensile and yield strength for carbon steels, stainless steels, and aluminums. Shall calculate flat blank size. Shall be furnished with roll simulation software. Shall be able to import and read 3D Initial Graphics Exchange Specification (IGES) files, 2D and 3D Data Exchange Files (DXF) from other Computer Aided Design (CAD) systems and automatically program part. Automatically generated programs shall allow Manual Data Input (MDI) for program modifications. Shall have a teach mode. Shall include an ISO (International Standards) edition for MDI commands. Shall be equipped with joystick controls for manual positioning of Rolls and machine operation. Shall accept, process, and display in either the U.S. Customary system units (US) or in dual US and International system units (SI). US/SI units or US shall be used to graduate measuring and indicating devices such as scales, depth stops, dial indicators, pressure gauges, temperature indicator, and other similar devices. Shall display Maintenance Messages, Control Diagnostics, and Machine Diagnostics. Shall be furnished with the capability to receive software updates, software modifications, trouble-shooting, diagnosis, and service from the manufacturer through a serial modem. Shall be UL approved. Machine Construction Shall be capable of operating on 480-volt, 60-Hertz, 3-phase power available at the site. NOTE: 480-volts is the operating voltage at the site. A hydraulic pump with at least a 75-horse power dedicated electric motor shall power the hydraulic system. Shall be furnished with a Hydraulically operated Front Material support that is interfaced with the CNC and shall be capable of supporting at least 6,600-pounds. Support arm shall be at least 5.5-feet in length measured from the pivot point and shall be capable of manipulating a 10-foot long cylinder with at least a 9.00-foot radius roll formed from 1.00-inch thick A-36 steel. Shall have a range of travel from horizontal to at least minus (-) 10-degrees and at least plus (+) 90-degrees for a total movement of at least 100-degrees. When in horizontal position support shall not impede placement of material into the machine. Shall be configured to accept Articulating Hydraulic-Mechanical Hands for material manipulation. Shall be furnished with a Hydraulically operated Rear Material support that is interfaced with the CNC and shall be capable of supporting at least 6,600-pounds. Support arm shall be at least 5.5-feet in length measured from the pivot point and shall be capable of manipulating a 10-foot long form with at least a 9-foot radius roll formed from 1.00-inch thick A-36 steel. Shall have a range of travel from horizontal to at least minus (-) 10-degrees and at least plus (+) 90-degrees for a total movement of at least 100-degrees. Shall be furnished with a horizontal10.0-foot long Hydraulically operated Overhead Material support that is interfaced with the CNC. Shall be capable of supporting at least 11,000-pounds and shall have a vertical travel of at least 18.00-feet measured from top radius of Lower Roll when in the fully open position. Shall be furnished with two (2) Hydraulic-Mechanical Articulating Hands installed on the Front Material support. Each Articulating Hand shall have a finger that is at least 2.00-inches long for hooking and pulling material away from insertion point. Each Articulating Hand shall have at least 3.50-feet of longitudinal travel measured from the outer most working surface of the Rolls for pushing and pulling material. Shall be manually operated and controlled with joysticks provided on the CNC console. Shall be constructed in such a manner as to allow welding operations during plate rolling cycle without damaging any part of the machine including electronic feed back devices and the CNC unit. Shall be constructed in such a manner as to allow for interchangeable Upper Rolls enabling the rolling of thin gage material as well as plate material. Shall be furnished with an interchangeable Upper Roll designed for rolling material 0.125-inch or less thick to 0.375-inch thick. Roll shall be machined from forged carbon steel and heat treated to 55 ? 62 Rockwell C scale (Rc) followed by a finish grind and polishing. All rotating and pivot point bearings shall be sealed and permanently lubricated double row spherical bearings. Shall have all words on plates, panels and charts in the English language. Characters shall be engraved, etched, embossed, or stamped in bold face on a contrasting background. Plate Roll shall be furnished with type and quantity of oils and lubricants required by manufacturer to meet operational and warranted requirements. Shall be furnished with a means to maintain the hydraulic oil in the specified safe operating temperature range. MANUALS The Contractor shall provide operational manuals that shall be written in English. Two (2) sets of operator manuals shall be included which shall document operation and maintenance of the Plate Roll. All software documentation required to operate/program/diagnose the CNC unit of the Plate Roll shall be included. INFORMATION TO BE FURNISHED The Contractor shall furnish, within fourteen (14) days after date of award, any and all information necessary to allow the Government to prepare the site. The Government will bring the electrical and air service to within ten (10) feet of the installed Plate Roll. DELIVERY AND INSTALLATION The Contractor shall provide and coordinate all crane and rigging services to unload the truck (s) and move the Plate Roll into the designated area of building 50 High Bay area (a list of crane / rigging providers will be furnished upon request). After completing a safety briefing at Glenn Research Center, the Contractor shall install the Plate Roll in Building 50, High Bay, Glenn Research Center, Cleveland, Ohio. The Contractor shall, within 24 hours after installation, demonstrate that the Plate Roll is in accordance with the above specification and perform a performance test to be witnessed by the Government. The Government will provide the material, part file and/or drawing for the performance test. TRAINING Immediately after installation, the Contractor shall provide at least five (5) days of training at the site to include set up, operation, maintenance, and programming of the Plate Roll for at least (2) operators. DELIVERY SCHEDULE AND FOB POINT Delivery to NASA Glenn Research Center is required within 112 calendar days (16 weeks) from date of contract. Delivery shall be FOB Destination, NASA Glenn Research Center. Solicitation Instructions Note for those proposing advance payments: FAR limits advance payments for commercial items to not greater than 15% of the total price for the item. If you require payment in advance, do NOT exceed this limitation. Note for those proposing shipping costs: any costs for shipping shall be included in the quoted price of each item. DO NOT quote shipping separately. Note to those proposing their terms and conditions: provide a copy of such for evaluation by the Government. The Government is NOT subject to laws of a specific state or state sales tax. Therefore, either line out such language or clearly state what terms are not subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government is self insured and does not pay extraordinary insurance other than that already included in normal shipping practices. Note to those offering installation at the Government facility: The proposed price SHALL include all necessary travel, per diem amounts, labor etc. In your proposal clearly state the number of people and number days they will be installing the equipment at NASA GRC. Clearly state any travel costs and whether these are air fare or other mode of transportation and the per diem rate used. Per diem rates can be found at: http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC The provisions and clauses in the RFQ are those in effect through FAC 05-08. The NAIC code is 333513 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by June 15, 2006, 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, and include on the envelope the solicitation number. Your offer may take exceptions to the terms and conditions of this solicitation. If so, state the item taken exception to and the proposed alternative. Note that by your doing so, the Contracting Officer may reject your offer as non-responsive if it is not in the best interests of the Government to accept the alternative offered. Your offers should include: FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number (if the offeror uses Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) and the Representations and Certifications (52.212-3) if not currently available on BPN, identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation (Ensure that the ?track changes? feature is turned off when word processing this form). Fill in Block 17a including CAGE and DUNS codes. Faxed offers are NOT acceptable. A copy of a published price list, catalog price or computer page printout showing the price for Items 1 thru 4 may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides an offer). Offerors shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. Alternate sites to download Representation and Certifications - Commercial Items may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website covers almost all reps and certs. Vendors access it at http://orca.bpn.gov. Federal Acquisition Regulations Applicable: FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clauses: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (26) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). _X_ (28) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (31) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: None Marked as Applicable The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection Selection and award will be made on an aggregate basis for all items, to that offeror whose offer meets the specifications above, and is the most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements such as delivery schedule proposed shall also be considered Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above). It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Misc. Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#120570)
 
Record
SN01064527-W 20060609/060607222127 (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  © 1994-2020, Loren Data Corp.