Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

34 -- Pnuematic Tapping Arm SystemsVertical Knee Mill with Power Feed and Digital Readout

Notice Date
8/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Norfolk Portsmouth Office, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN129
 
Response Due
8/14/2009
 
Archive Date
8/29/2009
 
Point of Contact
David A Felling 757-396-8880 Nancy Hayden 757-396-8346
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00189-09-T-N129. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-33 and DFARS Change Notice 2009-0115. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. This acquisition will be a 100% Small Business Set-Aside; the North American Industry Classification System (NAICS) code is 333512 and the Small Business Standard is 500 employees. The Fleet and Industrial Supply Center, Norfolk Maritime Industrial Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources capable of providing: Item 0001) (2) each includes the following: Pnuematic Tapping Arm Systems THIS PURCHASE DESCRIPTION REFLECTS THOSE CHARACTERISTICSWHICH ARE ESSENTIAL TO THE MINIMUM NEEDS OF THE GOVERNMENT. 1.Scope - This specification covers the requirements for two complete and useable pneumatic tapping arm systems which will each include a tapping arm, table, tool holding for tap sizes from #6 to 7/8" and from 1/16 NPT to 1/2 NPT, tool holding for 1.5" and 2" dies, 1/2" Jacobs chuck, and automatic depth stop. 2.Equipment Description - Each tapping arm system shall possess the following salient characteristics / capabilities:2.1.Pneumatic tapping arm2.1.1.Folding arm which holds and drives a tap continuously perpendicular to a work piece's surface, while allowing positioning of the tap across a range of at least 14" to 72" radially from the arm's base. The arm shall be equipped with adjustable counter balanced springs allowing the arm to remain in position or automatically return to the folded position. The arm shall have a flanged base with bolt holes for mounting to a table or magnetic base.2.1.2.Two speed reversible pneumatic motor capable of 100 RPM and 400 RPM including air separator and oiler, and flexible air hose from base of arm to motor. The motor shall have sufficient torque to drive taps of sizes from #6 to 7/8" in steel.2.1.3.Quick change chuck allowing the rapid change of tool holders of various sizes.2.1.4.Semi-automatic tap lubricator.2.1.5.The arm's motor mount shall be capable of multiple positions allowing horizontal tapping.2.1.6.All items shall have corrosion resistant coatings or be made from corrosion resistant materials.2.2.Work table2.2.1.The table shall be of welded steel construction and be painted with a corrosion resistant coating with the exception of the table's top surface.2.2.2.The table shall have a surface area of 24" x 48", and a height of 36".2.2.3.The table's surface shall be ground or machined flat.2.2.4.Equipped with four wheels. Two wheels shall be fixed and two shall swivel. At least two of the wheels must have a braking device to prevent the table from inadvertently moving.2.3.Tool holding2.3.1.Tap tool holders shall be quick change type allowing rapid change from the arm's chuck, and provided with all necessary hardware including wrenches to mount in the arm's chuck. The tap holders shall have an adjustable torque clutch allowing the operator to set a maximum torque to prevent tap breakage. Tap holders shall be provided to accommodate the following tap sizes: #6, #8, #10, #12, 1/4", 5/16", 3/8", 7/16", 1/2", 9/16", 5/8", 11/16", 3/4", 13/16", 7/8", 1/16 NPT, 1/8 NPT, 1/4 NPT, 3/8 NPT, and 1/2" NPT.2.3.2.Holders capable of holding 1.5" and 2" dies for external threads provided with all necessary hardware to mount in the arm's chuck.2.3.3.Jacobs drill chuck of 1/2" capacity provided with all necessary hardware to mount in the arm's chuck.2.4.Automatic depth stop3.Accessories3.1.A total of one magnetic base capable of supporting the arm during operation shall be provided. This requirement is for only one magnetic base, not one for each system.4.Technical Manuals4.1.A complete set of technical manuals covering operation, service and maintenance, and part listing shall be provided with each piece of remanufactured equipment.5.Quality Assurance Provisions5.1.Inspection of each tapping arm system, its parts and components, shall be performed at destination by Code 981 and shall consist of type and kind; quantity; condition and operability, if readily determinable.5.2.[Intentionally Left Blank]6.Preservation, Packaging, and Packing6.1.The equipment shall be packaged, packed and preserved for shipment to reach ultimate destination undamaged. Package shall be prominently marked "NOT FOR OUTSIDE STORAGE". Yellow packaging, packing, preservation and marking are prohibited. Item 0002) (1) each includes the following: Vertical Knee Mill with Power Feed and Digital Readout THIS PURCHASE DESCRIPTION REFLECTS THOSE CHARACTERISTICSWHICH ARE ESSENTIAL TO THE MINIMUM NEEDS OF THE GOVERNMENT. 1.Scope - This specification covers the requirements for a knee-type vertical milling machine with 2-axis digital readout (DRO) and power feed. 2.Equipment Description - The knee-type vertical milling machine shall have the following salient characteristics:2.1.Table Size - 48" x 9"2.2.T-Slots - Three (3) - 5/8" wide2.3.Table Load Capacity - 300 lbs2.4.Minimum Travels: X-axis 30", Y-axis 12", Vertical (Knee) 15", Z-axis (Quill) 4.5"2.5.Power feed on X-axis and quill2.6.The knee elevation, table, and saddle shall dial type hand wheels with 0.001" graduations2.7.The quill shall have a lever to manually extend and retract the quill2.8.Throat dimensions: Minimum not to exceed 6.75", Maximum at least 18.75"2.9.DRO Features2.9.1.Readout on X & Y axes in graduations no larger than 0.0005"2.9.2.Inch and metric readout capability2.9.3.Capability to "zero" any axis at a reference position2.10.Spindle taper - R82.11.Spindle speed - variable from 60 to 4200 RPM in both clockwise and counterclockwise rotation2.12.Quill diameter - 3.375"2.13.The spindle head shall be capable of rotating at least 45 right and left from vertical2.14.Spindle motor - 2HP continuous, 3HP on 30 minute duty cycle2.15.Flood coolant system, including splash back and chip pan2.16.Chrome plated ways and gibs2.17.Utilities - 460 VAC, 3 phase, 60 Hz2.18.R8 collet set from 1/8" to " in 1/16" increments2.19.Collet rack for R8 collets above2.20.Clamping kit with 1/2"-13 threads for work holding, consisting of at least (24)studs, (4)coupling nuts, (6)flange nuts, (6)T-slot nuts for 5/8" T-slots, (6)serrated clamps, (6)serrated step heel blocks, (1)holder 2.21.Power drawbar for automatic tool release and retention2.22.Keyless drill chuck for R8 spindle, 1/8" to 5/8" capacity2.23.R8 end mill holder kit 3/16", 3/8", ", 5/8", ", 7/8", & 1"2.24.R8 shell mill holder kit ", ", & 1"2.25.All electrical items shall meet requirements of the current issue of NFPA 792.26.Shipping shall be F.O.B. destination, Norfolk Naval Shipyard, Portsmouth, VA 237093.Technical Manuals3.1.A complete set of technical manuals covering operation, service and maintenance, and part listing shall be provided with each piece of equipment.4.Quality Assurance Provisions4.1.Inspection and acceptance of the supplies, performed at destination by Code 981 and shall consist of type and kind; condition; operability, if readily determinable.4.2.[Intentionally Left Blank]5.Preservation, Packaging And Packing5.1.The equipment shall be packaged, packed and preserved for shipment to reach ultimate destination undamaged. Package shall be prominently marked "NOT FOR OUTSIDE STORAGE". Yellow packaging, packing, preservation and marking are prohibited.5.2.The equipment shall be shipped palletized for ease of off-loading by fork lift truck. The Government shall be made aware in advance of any special lifting instructions.5.3.The weight of the equipment shall be prominently and conspicuously displayed in pounds.5.4.The contractor shall notify NNSY at least two (2) working days in advance to schedule a delivery date for the equipment.Delivery is 10 weeks ARO. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The anticipated contract will be firm fixed-price. The Government will award a contract resulting from this solicitation to the lowest priced, technically acceptable offer. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001 Buy American Act and Balance of Payment Program; DFAR 252.232-7003, Electronic Submission of Payment Requests; requests for payments must be submitted electronically through the Wide Area Workflow System at https://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Contractors are asked to submit their TAX ID number DUNS number and CAGE code with their proposal. Contractors' representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. "Employee Eligibility Verification Form"). The I-9 is based on presentation of appropriate documentation that both verifies the employee's eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Secutity/docs/i-9.pdf to acquire the required form and completion guidance.NOTE:(1)The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard.(2)If the contract requires access to classified material, a visit request identifying the employee's clearance status may suffice depending on the employee's status within the JPAS database.(3)In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material.(4)If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. This announcement will close at 2:00 PM EST on Friday 08/14/09. Contact is David Felling who can be reached at 757-396-8880 or via email at david.felling@navy.mil. A secondary Point of Contact is Nancy Hayden, who can be reached at (757) 396-8346, or via email at nancy.hayden@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and the ability to meet the minimum specifications. Central Contractor Registration (CCR), quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. METHOD OF PROPOSAL SUBMISSION: email to david.felling@navy.mil or fax offers to 757-396-8017, proposals over 10 pages will not be accepted via facsimile. All quotes shall include price(s), FOB Destination, a point of contact, name, phone number and email address, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2905670f7af76e2ab8d8c0fc557ed9ae)
 
Record
SN01898257-W 20090806/090804235648-2905670f7af76e2ab8d8c0fc557ed9ae (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.