Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOLICITATION NOTICE

36 -- Deep Draw Vacuum Former - Solicitation

Notice Date
8/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333220 — Plastics and Rubber Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8224-09-R-0117
 
Archive Date
9/18/2009
 
Point of Contact
Douglas M. White, Phone: 8017775326
 
E-Mail Address
douglas.white@hill.af.mil
(douglas.white@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Vacuum Forming maching. Please see clauses and specifications. PURCHASE DESCPRITION/SPECIFICATION FOR Deep Draw Vacuum Former 20 Aug 2009 Prepared by: Todd Richmond, phone 801-586-5364 Hill AFB, UT 84056 1.0 Specification 1.1 Scope: This specification describes the minimum requirements for the purchase of the latest generation of a deep draw vacuum former. 1.2 Operation: Excluding customer installation this vacuum former when purchased shall be turn-key, ready for use, and require no additional equipment purchases to commence production. 2.0 Applicable documents Government Documents Specifications and Standards: The following specifications and standards form a part of this purchase description to the extent specified herein. SPECIFICATIONS - MILITARY ASME Y14.24- Engineering Drawing Practices, 30 Sep 91 MIL-STD-130- Identification Marking of U.S. Military Property, 11 Oct 88 MIL-DTL-15024E- Plates, Tags, and Bands for Identification of Equipment, 28 Nov 97 MIL-P-15024/5- Plates, Identification, 11 Jun 71 STANDARDS - FEDERAL Other Government Documents and Publications: The following other Government documents and publications form a part of this purchase description to the extent specified herein. U.S. DEPARTMENT OF LABOR 29 CFR 1910- Occupational Safety and Health Standard (OSHA) 1990 (Application for copies should be addressed to the Superintendent of Documents, Government Printing Office, Washington, DC 20402). Other Publications: The following documents form a part of this purchase description to the extent specified herein. NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) NFPA - 79- Electrical Standards for Industrial Machinery, 1997 Edition (Application for copies should be addressed to the National Fire Protection Association, Batterymarch Park, Quincy, MA 02269). Order of Precedence: In the event of a conflict between the text of this document and the references cited herein, the text of this document takes precedence. Nothing in this document, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. 3.0 Minimum Machine Specifications: 3.1 Depth of draw Up to 20 in. 3.2 Forming area 48 in. x 96 in. 3.3 Plastic clamping Fully adjustable material clamping 3.4 Pneumatics pneumatic cylinder operation 3.5 Heaters Upper & lower radiant panels 3.6 Heater power 240 KW 3.7 Heater controls 3.7.1 Upper heater Independent variable control 3.7.2 Lower heater Independent variable control 3.8 Vacuum system 60 gal. surge tank 3.9 Vacuum pump 1 HP high volume 3.10 System power 208 - 240V 3ph 60Hz 3.11 Construction Heavy wall 3.12 Types of material Formable plastic sheets including Kydex 3.13 Material thickness up to 3/8 in. 3.14 Air regulator and filter 3.15 Two vacuum boxes 30 in. x 40 in. & 15 in. x 20 in. 3.16 Operation Manual operation preferred 4.0 Deliveries: 4.1 Preparation for Delivery: The supplies shall be prepared for shipment in accordance with the provision identified in the Purchase Request. Yellow packaging, packing, preservation, and marking, in any form or manner (unless deemed "radioactive materials"), regardless of the method of preparation specified is prohibited. 4.2 Delivery: 12 - 14 weeks after contract award. 4.3 Shipment: F.O.B. Destination 5.0 Documents and Manuals: 5.1 Schedule: The contractor shall submit a detail schedule of this Purchase Description to include a timeline and plan for parts procurement and delivery. 5.2 Manuals: In addition to the installed and operational systems, the contractor shall supply 3 sets of CD-ROM formatted drawings of equipment, mechanical and electrical schematics in AutoCAD 2007 or later version.DWG format and 3 sets of manuals, maintenance and operator manuals in electronic and paper format. The three copies of electronic and paper manuals shall contain all information required to properly install, operate, disassemble and reassemble, reorder replacement parts, and otherwise guarantee the operability and maintainability of the delivered equipment. All appropriate electrical, mechanical circuit and functional diagrams shall be provided to properly describe the equipment operation. Operational specifications, and listings of test points and checks to be performed to verify satisfactory operation, shall be provided. Complete step-by-step operating procedures shall be included. All drawings in the paper manual shall be no larger than "B" size. Photographic reduction to the required size is permitted if the result is legible. These manuals shall contain a total illustrated parts list with a recommended list for stocking as spare parts. The electronic version of the manuals shall be installed on the control system pc. 5.3 Contractor Submittals: The contractor is requested to submit a list of United States Department of Defense (DoD) and Commercial Aerospace facilities that have purchased their equipment in the last 5 years. The references shall be used for evaluations of the contractor's performance and follow-on maintenance contracts. The submittals shall also be used for site visits to determine if the equipment meets or exceeds the contract specifications. Submittals shall not exceed three (3) and each submittal not to exceed two (2) pages in length. 5.4 Submittal format: The contractor is asked to submit a bid that addresses each specification as defined herein. As a minimum, each section shall be addressed and listed as "will comply", "will comply with exception or clarification", "Will not or cannot comply". 6.0 Warranty: 6.1 Warranty Period and Plan: Items proposed shall be warranted for two (2) years for parts, two (2) years labor. The standard commercial warranty, if applicable, will apply to items offered in response to this solicitation. Offerors are requested to include a copy of each applicable warranty with their response to this solicitation. The contractor is tasked to submit with their bid a detailed plan as to how the will accomplish the planned and emergency maintenance requests during the warranty period. 6.1.1 Warranty Commencement: Warranty period shall begin at final acceptance of equipment listed herein. Final acceptance date shall be the date of acceptance for final payment as found in Wide Area Work Flow. 6.2 Planned Maintenance visits for the Pad Forming Press: The contractor shall establish and maintain maintenance and logistics support program which will assure 94% system availability at Hill AFB, UT during the length of the warranty period. After notification of a failure the contractor shall have four (4) work days to correct the deficiency. A work day shall be considered as 0600 to 1600 hr., Monday thru Friday, excluding Government Holidays. 6.3 Engineering Support: The contractor shall provide engineering support for the Pad Forming Press (problem resolution, trade studies, failure investigation studies, software support, engineering tasks, etc...) that are beyond the scope of normal operation, maintenance, and supply requirements during the length of the warranty period. 6.4 Logistics Support: The contractor shall provide logistics support at Hill AFB, UT for the Pad Forming Press. Logistics support shall include providing all material, tooling and test equipment required to repair and maintain the Pad Forming Press and equipment during the length of the warranty period.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-09-R-0117/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, 84056-5234, United States
Zip Code: 84056-5234
 
Record
SN01924618-W 20090826/090825003303-db08d8c3fb720780b71b5ad77e4246d0 (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.