Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

34 -- (CNC) Vertical Machining Center

Notice Date
11/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Aviation Applied Technology Directorate (AMCOM-CC), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-07-C-0036
 
Response Due
11/25/2009
 
Archive Date
1/24/2010
 
Point of Contact
Robert Waible, 757-878-2062
 
E-Mail Address
Aviation Applied Technology Directorate (AMCOM-CC)
(robert.waible@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. General Information Document Type: Combination Solicitation/Synopsis Solicitation Number:W911W6-10-C-0029 Posted Date:November 10, 2009 Classification Code:34Metal Working Set Aside:NONE NAICS CODE:333512Machine Tool (Metal Cutting Types) Manufacturing. Contracting Office Address: Aviation Applied Technology Directorate, ATTN: CCAM-RDT, Building 401 Lee Boulevard, Fort Eustis, VA 23604-5577 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. The solicitation number is W911W6-10-C-0029 and is issued as a Request for Proposals (RFP). The Avaiation Applied Technology Directorate (AATD) intends to award a firm fixed price contract utilizing FAR Part 13.5, Test Program for Commercial Items. The intent is to purchase a Hurco VMX42 Vertical Machining Center. The proposed contract action is for supplies or services for which the government intends to solicit and negotiate with only one source under the authority of Section 4202 of the Clinger-Cohen Act. The machine must come with sufficient software to enable the conversational control control to interface with an existing rotary table, and be able to produce 4th axis conversational type programs. The intended source for this machine is Beckman Precision, Inc. 415 Brookshire Road, Greer, SC. Beckman Precision is the only Hurco dealer for the Virginia geographical area. Desired delivery is 120 days after contract award. The requirement is for a computer numerically controlled (CNC) Vertical Machining Center with the capability to interface with existing Hurco VMX 42 and VMX 62. AATD personnel have been trained on the Hurco machine control and will use this same control with the new machine to be purchased. This will reduce the cost of introducing a different type of machine control along with additional training dollars that would be needed. Purchase of the Hurco machine will also provide commonality between machines and ensure faster and more efficient operations. The machine will be used to rapidly machine components from solid metal for final products that AATD is required to fabricate. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by the due date and time in this synopsis will be considered by the government. A determination by the government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. We intend to acquire the following: CNC Vertical Machining Center with the following salient characteristics: frame must have a heavy duty cast iron construction/fully enclosed with large access doors/equipped with heavy duty linear rails for X, Y, and Z axis/come with sufficient cables and programming software to interface with an existing Kitagawa model MR320RAE05 rotary table, and be able to produce 4th axis conversational type programs/double nut, pre-tensioned ball screws/automatic central lubrication system/linear glass scales for X, Y, and Z axis for positioning accuracy/permanently lubricated cartridge spindle/high speed, 12,000 RPM, spindle with a minimum spindle horsepower rating of 24 HP (@1 min) and 20 HP (@15 min) and a minimum spindle motor torque rating (@1 min) of 175 lb-ft@ 720 RPM (@15 min) and of 146 lb-ft @720 RPM/BT40 spindle taper to accept BT40 tooling/flood coolant system with wash down capability/flood coolant filtration system/chip conveyor for chip removal; Machine Specifications: table load capacity of the machine must be 2900 lbs minimum/machine must have a minimum axis travel of: X axis travel of 42, Y axis travel of 24, Z axis travel of 24/machine must have a positioning accuracy of +/-.0002, and repeatability accuracy of +/-.0001/machine must be supplied with an automatic tool changer with a BT 40 tool adapter with a minimum of 40 tool stations/machine must be capable of a rapid feed rate of 1350 inches per minute minimum on X and Y axis, and 1150 inches per minute minimum on Z axis/machine must be capable of a cutting feed rate of 900 inch per minute at 150% feed rate override for high speed cutting operations/machine must be supplied with a transformer to accommodate 480 VAC electrical service; CNC Control-the machine must be equipped with a Microsoft Windows-based CNC control to allow conversational type programming, with the following conversational features: automatic cutter compensation/automatic speed and feed calculation/automatic save/automatic rough and finish pass/blend arc/block lettering/bolt circle/boring routines/calculation assist/concurrent programming/copy and move data blocks/data block search/datum shift/distance to go/drilling cycles/estimated run time/circle, frame, and face milling/graphics scaling/graphics zoom/graphics program error verification/helical interpolation/inch or metric programming/linear repeat/M-code auxiliary functions/mirror image/rigid tap and tapping/rotary pattern/4th axis conversational programming; The machine control shall include, but not be limited to, the following control requirements: machine control must be capable of allowing standard NC programming (G code and M code) from an off-line CAM system/machine control must be capable of importing DXF files that can be used for conversational type programming on the control/machine must be capable of post-processing to a variety of controllers in G code and M code format/minimum 30 GB hard drive, with 1 GB RAM memory/USB 2.0 port/3.5 floppy disk drive/RS-232 port/ability to connect to a LAN system and a remote PC; The machine control shall also include, but not be limited to, the following software options: helical ramp entry/pocketing feature with unlimited islands/DXF translator/3D surfacing (generate 3D surfaces from 2D profiles)/industry standard G code and M code programming/tool and material library/NC/conversational merge (merge a full G code program inside conversational program); Machine Start-up: machine must be shipped fully assembled/instruction and machine start up by a qualified service engineer; Spare Parts and Service: manufacturer must provide spare parts upon request and have an inventory that allows for prompt delivery of parts/manufacturer shall provide information and assistance on installation, operation, training, and repair of the machine upon request. These services shall be provided only by factory direct qualified service engineers/manufacturer must have a proven record of product longevity and reliability and have capability to respond to service calls within 24 hours; this requirement also includes options for this particular machine. The required options are as follows: Ultipocket with Helical Ramp Entry & Insert Pockets/Enhanced DXF Transfer/Swept Surface/Tool and Material Library/NC/Conversational Merge/2.8 GHz Pentium 4 Processor, 40 GB Hard Disk Drive, 2 GB RAM Memory, 3.5 Floppy Disk Drive, USB 2.0 Port, Indexor Port, up to 2,277 BPS Processing Speed/UltiNet ( Ethernet Capability Software and Hardware)/Chip Conveyor to carry chips from floor to trash can/coolant wash down system/Standard High Torque 12,000 RPM spindle/Thermal Stabilization Package for Head/40 Station, for BT40 Swing Arm ATC (Factory Installation Only)/BT40 Swing Arm Assembly (40 ATC)/linear Glass Scales X, Y, and Z axes (Heidenhein)/4th Axis Interface and Cables Only For KITAGAWA MR320 Rotary Table/Conversational Tool Touch Probe, TS27R/Probing Interface Kit/Air Blow Machining Option/Transformer for 480V/Tooling Certificate to buy Tooling from any Vendor/Rigging to move Machine as well as physically moving the machine/Warranty (1 Year Extended Parts); Also, the following requirements must be met: machine control that can interface with and utilize AATDs existing Kitagawa 4th axis rotary table, and Reinshaw probe system/machine control that allows the operator to import a DXF file (that is taken directly for a CAD model), and use the DXF file to quickly identify the features of the parts that require machining to create a finished CNC program/machine control that can operate in either industry standard G-code or M-code format, or in a conversational format, and also output a program in either format/machine control that can allow both a conversational program and a G-code program to be executed simultaneously within the same program. All items shall be delivered 120 days after contract award (estimated award date 12/02/2009), to AATD, Building 3519A Mulberry Island Rd, Fort Eustis VA 23604-5577. This synopsis/ solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-16. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. Please review the clause carefully to ensure that you are submitting all required information with your proposal. A technical description of the items offered in sufficient detail to evaluate compliance with requirements, to include product literature and warranty as applicable, shall be submitted. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: 1) Technical capability of the item offered to meet the minimum requirements; 2) Price; 3) Past Performance showing a proven record of product longevity and reliability. Submit at least three relevant references. The North American Industry Classification System Code (NAICS) is 333512, Machine Tool (Metal Cutting Types) Manufacturing. Offerors are advised to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items, and the following DFARS Representations and Certifications 252.212-7000, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.225-7000 Buy American Act-Balance of Payments Program Certificate, 252.225-7003 Report of Intended Performance Outside the United States and Canada Submission with Offer, 252.225-7031 Secondary Arab Boycott of Israel, 252.247-7022 Representation of Extent of Transportation by Sea, with your offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items is incorporated by reference. The following additional clauses apply to this acquisition: FAR 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS 252.246-7000, Material Inspection and Receiving Report; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7013 Duty Free. The following clauses cited within FAR 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4 Notice of price evaluation preference for HUBZone small business concerns; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.2 22-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (EO); 52.222-35, EO for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-1, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels. The following clauses cited within DFAR 252.212-7001 apply: 52.203-3, Gratuities; 252.225-7001, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.225-7021, Trade Agreement; 252.225-7036 Buy American Act Free Trade Agreements Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.acq.osd.mil/dp/dars, http://www.arnet. Proposals are due November 25, 2009, 5:00 PM, EST, and shall be submitted to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Robert Waible), 401 Lee Blvd., Fort Eustis VA 23604-5577 by facsimile, email, or regular mail. Points of Contact: Robert Waible, 757-878-2062 Email questions to Aviation Applied Technology Directorate at robert.waible@us.army.mil. Laurie Pierce, 757-878-3766 Email questions to Aviation Applied Technology Directorate at laurie.pierce@us.army.mil Place of Performance: Address: Aviation Applied Technology Directorate ATTN: RDMR-AAC, Building 401 Lee Boulevard Fort Eustis, Virginia, 23604-5577
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cf1ee837755a63f7c8ad33957f0f5c64)
 
Place of Performance
Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02001900-W 20091112/091110235915-cf1ee837755a63f7c8ad33957f0f5c64 (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.