Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

34 -- COMPACT WIRE-CUT EDM SYSTEM

Notice Date
6/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07200694Q
 
Response Due
6/25/2007
 
Archive Date
6/15/2008
 
Small Business Set-Aside
Total Small Business
 
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 announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for ITEM 1, Qty.1, Sodick Model AQ300L with LN1W Controller or Equal which shall consist of the following; ITEM 2, Qty. 1, extra hard drive with pre-loaded software; ITEM 3, Qty. 1 .012" Guides; ITEM 4, Qty. 1, L-cut wire chopper; ITEM 5, Qty. 1, Documentation; and ITEM 6, Qty. 1, Checkout and training. ITEMS 1-4: shall contain the following features and meet the salient characteristics listed below: The EDM machine should consist of a fully integrated system including a machine tool with 5-axis capability, dielectric reservoir, built in filtration system, refrigeration-type dielectric chiller, deionization system, fully integrated CNC control unit, wire chopper, and built in power supply. The system shall meet or exceed the following critical requirements: 1. Cutting operation that shall be performed by both part submersion and open air cutting by standard flushing using deionized water dielectric. 2. Due to very limited floor space, total footprint required for ALL components shall not exceed 85 inches by 145 inches. 3. The machine shall be equipped to operate with 0.012" diameter electrode wire (with full set of 0.012? wire guides installed) and shall have the capability to use as fine as 0.004" wire. 4. The machine shall be equipped with Windows based PC control, with full compatibility with other Sodick controllers and existing programs. In addition, an extra hard drive with all pre-loaded software shall be included as backup. 5. The machine shall be equipped with the following features: ?linear motors and glass scales for smooth, accurate X, Y, U, V positioning, with minimum resolution of 0.000004? ?a precision wire tensioning system for uniform wire tension, ?an automatic wire threader, ?a wire chopper, ?a dielectric chiller for constant temperature control, and ?an anti-electrolysis fine finish circuit. 6. Preference shall be given to the system with the largest cutting capacity that fits within the specified footprint and meets all other requirements. Minimum requirements shall be: X axis travel 11.8 inches Y axis travel 7.8 inches Z axis travel 7.8 inches U axis travel 3.1 inches V axis travel 3.1 inches Work piece weight 650 lbs. Item 5: DOCUMENTATION One set each of comprehensive machine and electrical schematics manuals which may include but is not limited to user, system, troubleshooting, and maintenance. ITEM 6: CHECKOUT AND TRAINING A. The Contractor shall include all labor and travel expenses for system performance verification at NASA Glenn Research Center (GRC) within 2 weeks after Government installation. The system performance verification shall insure that ITEM 1-4 meets all functionality specifications listed in this document. The system performance verification shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC (typically 8 a.m. to 5 p.m.). B. The Contractor shall include a minimum of 1 to 2 days of on-site operational training within 2 weeks of installation by the Government to coincide with the system verification. Training shall include start and stop procedures, operation procedures, instruction in proper maintenance, and programming procedures. Checkout and training shall demonstrate that the equipment is performing the function as outlined in the specifications. The provisions and clauses in the RFQ are those in effect through FAC 05-16. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 333512 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to of Items 1-5 shall be to the NAS Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 (Receiving, Bldg. 21) and is required with 60 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by June 25, 2007, 4:30 p.m. local time and maybe mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 500-306, Cleveland, OH 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: None. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: None. FAR 52.212-5 (MAR 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) 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: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a);52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3));52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999);52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Marilyn D. Stolz not later than June 20, 2007. Telephone questions will not be accepted. Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. 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. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. 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 may be viewed at the following URLs linked below.
 
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#125240)
 
Record
SN01320545-W 20070617/070615224324 (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.