Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

34 -- Laser Machining Center

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX06T0164
 
Response Due
9/5/2006
 
Archive Date
11/4/2006
 
Small Business Set-Aside
Total Small Business
 
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. (ii) The solicitation number is W911QX06T0164. This acquisition is issued as a Request for Quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. (iv) This acquisition is set-aside for small business. The associated NAICS code is 333512. The small business size standard is 500. (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, DESCRIPTION- Laser Machining Center; QTY-1} (vi) Description of requirements: C.1 Objective: The Contractor shall provide complete equipment such when it is connected to the utilities identified herein, it can be used for any function for which it was designed and constructed. C.2.0 The Contractor shall provide a machine: C.2.1 Capable of supporting a 5 feet x 10 feet sheet of material C.2.2. Including a Resonator with a minimum of 4000 Watt, with 5000 Watt max. enhanced pulse C.2.3 Including a Main frame constructed of a minimum ? steel plate, end plates a minimum of 1-1/4 steel plate, and the load frame on shuttle tables a minimum of 1-1/2 steel plate. C.2.4 Including a Gantry fabricated from stress relieved aluminum weldment to permit high acceleration and deceleration rates through corners and tight geometry, maintaining + - .001 inch positioning accuracy over the entire table and .001 inch or repeata bility per axis C.2.5 Including Machine motion via preloaded linear bearings on the X, Y, and Z axes drives C.2.6. Including a minimum 8 inch of travel in the Z- axis, 122 inch in the X- axis, and 62 inch in the Y-axis C.2.7. Including Machine controls by AC digital servos C.2.8. Including frame mounting of all controls and resonator C.2.9. Including a replaceable type with quick adjust material clamps material support system C.2.10. Including a scrap removal system consisting of a fume collection plenum, and a wiper to push scrap into a removable tray during pallet exchange C.2.11. Including a remote hand held operator station C.2.12. Including a General Electric Fanuc fast axial flow CO2 industrial resonator mounted on at least three bearing points and Premix laser gases C.2.13. Including a Beam delivery system enclosed in a constant volume bellows system C.2.14. Including a compressed air filter/dryer C.2.15. Including a single circuit recirculating water cooling system incorporated into the machine with a minimum fluid capacity of 100 gallons C.2.16. Including a nozzle tip cooling provision C.2.17. Including a breakaway design cutting head , with magnetic coupling, dual lens holders (self aligning design with both a 7.5 inch and 5 inch focal length lens included), focus adjustment collar, nozzle tip holder and nozzle C.2.18. Including a lens failure detection warning system C.2.19. Including a programmable high pressure assist gas C.2.20. Including dynamic power control to automatically match feed rate and power for accuracy and quality of part C.2.21. Including all required laser safety lights mounted in a highly visible location in accordance with industry standards for laser warning systems. C.2.22. Including a work area surrounded by safety mats with pressure activated sensors that automatically shut off the laser beam and stop machine motion shall have enhanced optics to ensure laser beam consistency C.2.23. Not exceeding 32 feet in length and 15 feet in width C.2.24. Operating with 460 Volt electrical hookup C.2.25. Including a maximum cutting speed, depending on part geometry, material and thickness, of 1,400 IPM max C. 2.26. Including chain drive dual pallet configuration C.2.27. Including An automatic lubrication system for ball screws and linear bearings C.2.28. Including a fume blower with a minimum 4500 CFM to evacuate fumes from the entire cutting area. C.2.29. Including an edge of sheet detector to calculate the position and orientation of a workpiece C.2.30. Including a lower pallet special function to allow for cutting of parts up to 7 inch high and 24 inch wide C.2.31. Including a 500 PSI gas preparation kit to hook up all recommended gas supplies, 50 feet of hoses, regulators, flow control valves and fittings. C.3.0 The Contractor shall meet the following machine controller specifications: C.3.1. A 15 inch color hi-resolution touch screen with Intel Pentium processor and Microsoft Windows 2000 operating system is required with the following capabilities: Compatible with Laser programming and nesting software 3.5 inch disk drive English language Network interface capability DSP based motion controlled Material parameter library Dynamic power control Inch/metric programming Programmable power Message display 1 giga byte of program memory Custom macro capability Kerf width compensation Mirror image capability Background editing Work coordinate system Coordinate system rotation Assist gas override via touch screen or keyboard Feed rate override from 30% to 100% via touch screen or keyboard Jog mode for manual feeds Block delete softkey Exact stop mode Dry run capability Single block program cycle Scaling capability Corner radius Global editing Retrace function Auto blending CDRW drive USB port C.4.0 The machine shall meet the following software specifications: Laser and programming and Nesting software capable of accepting 2D CAD files in DXF, DWG or IGES format and turning these into machine code necessary to run laser. The Software shall also perform the following functions: Fixing gaps and multiple overlapping entities Grain constraint and mirror image per part Open too paths (kef cuts or scribe lines) supported Automatic true shape part nesting for optimal material utilization Nesting of parts in slugs Nesting on remnants Control to limit nesting in clamp zones Common line cutting Visual editing of parts and nests to customize NC programs Cycle time calculations and part utilization reports Head down operation for feature avoidance C.5.0 The machine shall also include: C.5.1 Two seat licenses required for software C.5.2 One year usage/support fee for programming and nesting software seat license and troubleshooting C.5.3 Software training class provided for up to 2 programmers for up to 2 days at factory location after contract awarded and before delivery to APG. C.5.4 A Software manual provided on CD ROM C.5.5 Operator training for machine usage s for up to 5 days for 2 Government operators at factory location and include the following: Safety aspects of laser operation The fundamentals of laser operation Operation of machine controls Programming and machine operation Start-up and shut down procedures Maintenance Hands on operation C.5.6 After machine installation, the Contractor shall provide on-site advanced programming and cutting techniques training within 6 months C.5.7 Two (2) sets of Operation, Safety and Maintenance manuals C.5.8 A pre-installation package to include foundation plan, gases and electrical requirements prior to delivery of the machine C.6.0 The Contractor shall supply installation services as follows: C.6.1 The Contractor is responsible for providing all necessary personnel to complete the installation including all travel expenses. C.6.2 The Contractor shall ensure that the installation is turnkey. C.6.3 The Government will provide all utilities (electric, gas supply, air supply) within 25 feet of the planned machine installation site. The Contractor shall provide plumbing, high voltage electric, and equipment rigging. C.6.4 The Contractor shall provide a detailed floor layout of equipment with utility requirements and hookups upon award of contract C.6.5 The Contractor is responsible for all rigging. C.7.0 The Contractor shall warrant all workmanship and materials furnished in the manufacture of this machine, to include parts and service labor, for a period of two (2) years. The Contractor shall provide a qualified (factory certified) service represen tative to perform the first 1,000 hour planned maintenance service on machine. (vii) Delivery is required by within 120 days of contract award. Delivery shall be made to Army Research Laboratory, Aberdeen Proving Ground, APG, MD 21005. Acceptance shall be performed at Army Research Laboratory, Aberdeen Proving Ground, APG, MD 2100 5. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) 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: Technical, past performance and price. Technical an d past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination of the contractors product to meet the requirements as stated above and and shall be based on infor mation 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 their proposal all descrip tive 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 listed in (vi) above. If the vendor proposes to modify a product 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. The Contractor shall provide standard equipmen t that is field proven  no prototypes will be accepted. 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 and the ability of the offeror to meet delivery schedules and warranty and maintenance performance. 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 conforms 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 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE (xii) 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 Defe nse Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-6ALT1; FAR 52.204-4, FAR52.204-7, FAR 52.219.8; FAR 52.222-3, FAR 52.222-19, FAR 52.222-21; FAR 52.222-26; FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33, FAR 52.232-35 and FAR 52.247 -64. (xiii) The following additional contract requirement(s) or terms and conditions apply: The clauses at DFARS 252.212-7000 and 252.212-7001apply to this acquisition. The following DFARS clauses cited in 252.212-7001 apply: FAR 52.203-3, DFARS 252.225-700 1; DFARS 252.225-7012; DFARS 252.225-7014, DFARS 252.225-7021. DFARS 252.225-7036, DFARS 252.232-7003 ; and DFARS 252.247-7023. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. The following RDECOMAC local provisions shall be incorporated into any resulting contract: 52.016-4407 Type of Contract, 52.046-4400 Government Inspection and Acceptance, 52.032-4418 Tax Exemption Certification, 52.005-4401 Release o f Information by Manufacturers, Research Organizations, Educational Institutions, and Other Commercial Entities Holding Army Contracts, 52.032-4405 Distribution of Vouchers. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DOC9E . (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on September 5, 2006, by 2359 hours, at US Army Research Laboratory, RDECOM-Adelphi, Contracting Division, AMSRD-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783. Electronic offers are encouraged  sent via email to kharrigan@arl.a rmy.mil (xvii) For information regarding this solicitation, please contact Kathy Harrigan, Contract Specialist at (301) 394-3693, FAX (301) 394-2852 or email at kharrigan@arl.army.mil
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC-AC, 2800 Powder Mill Road Aberdeen MD
Zip Code: 21005
Country: US
 
Record
SN01123561-W 20060825/060823221421 (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.