Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2010 FBO #3014
SOLICITATION NOTICE

34 -- Synopsis/Solicitation for Computer Numerically Controlled (CNC) Coordinate Measuring Machine (CMM)

Notice Date
2/22/2010
 
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
W911W6-10-C-0033
 
Response Due
2/25/2010
 
Archive Date
4/26/2010
 
Point of Contact
Erika Faith Matthews, (757) 878-4825
 
E-Mail Address
Aviation Applied Technology Directorate (AMCOM-CC)
(erika.faith.matthews@us.army.mil)
 
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. 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. The solicitation number is W911W6-10-C-0033 and is issued as a Request for Proposal (RFP). Under this number, the Aviation Applied Technology Directorate (AATD) intends to award a firm fixed price contract utilizing Far Part 13.5 Test Program For Certain Commercial Items, Computer Numerically Controlled (CNC) Coordinate Measuring Machine (CMM) and any supporting hardware, software, or adapters to perform quality assurance inspections of fabricated hardware. The government intends to acquire the CMM that meets or exceeds the following salient characteristics and specifications: (proposals shall include a detailed list of the proposed machine specifications addressing each category listed below). Design and System Capabilities: The CMM shall be a bridge-type coordinate measuring machine with ceramic construction in both X axis and Z axis with a stationary granite table equipped for securing work piece or fixtures and glass scales non-rigidly mounted on the ceramic substrate for positioning accuracy, lateral drive with a passive vibration isolation system, fully integrated and microprocessor controlled, all axes of motion must have air bearings for high stability at high travel speed, capabilities must include single point and active probe scanning; Modes of operation: The CMM shall be operated via Direct Computer Control (DCC) for fully automatic, CNC operation and Manual via Joystick Motor Drive; Measurement Capability: The system shall be capable of three dimensional (X, Y, Z) measurement capability with CNC servo drives, computer assist, probe head, styli; Measuring Ranges: The system measuring ranges with probing system installed shall be: X-axis (lateral, left to right) = 1000 mm (39.37 inch) minimum, Y-axis (lateral, front to back) = 2000 mm (78.74 inch) minimum, Z-axis (vertical) = 780 mm (29.52 inch) minimum with 2 long stylus installed in a straight downwards direction; Work piece Capacities: Clearance under the bridge: 30 minimum and work piece weight capacity: 3500 lbs. minimum; Measuring Performance: Performance shall be verified IAW ISO 10360-2, length measuring error shall be equal to 6.5 microns or less over a range of 1200mm IAW ISO 10360-2, scanning probing error shall be equal to 3.8 microns or less measured in 68 seconds or less IAW ISO 10360-4; Linear Measurement and Display: Resolution: 0.000008 (0.0002mm), Linear Scale / Reader head system shall be of non-contact type, Display Inch or Metric without loss of accuracy, Display in Machine Coordinates and Work piece Alignment Coordinates; Motion Control and Performance: Three-axis Simultaneous Vector Control, Thrust Force Limitation in all axes, Maximum Velocity = 10/sec, 1-dimensional move / 21/sec, three-dimensional move, Maximum Acceleration = 0.10g, 1-dimensional move / 0.17g, three-dimensional move; Joystick Control Panel shall include the following capabilities: Emergency Stop Button, Joystick to control motion of axes. The speed of axis motion shall be proportional to amount of joystick deflection. Toggle button for Joystick High Speed Range / Low Speed Range, Protection for inadvertent contact between probe stylus and work piece or other obstruction. Probe design shall be breakaway type to ensure that head internals will not be damaged or need adjustment when contact is made at full speed in minus Z-axis direction, Toggle button to invert X & Y axes for joystick motion directions, Joystick control box shall include stylus cluster release, attach and balance command controls, Numeric Keypad, Status lights indicating which stylus in a combination is active, Last probed point deletion possible from joystick control box, Lock-out of systems maximum speed via keyed switch; Probe system requirements: The proposal shall include the specifications of the following items: the motorized Articulating Probe System shall have a five degree or less increment of articulation. The 2-Axis motion shall have A-axis: + / - 180 degrees range of motion, B-axis: + / - 180 degrees range of motion, permissible probe extension: 200mm (6) minimum, and the ability to support automatic probe change; Scanning Sensor shall have the following minimum characteristics: Stylus System Weight Capacity: 10 grams, Stylus Deflection Range: +/-3mm, Maximum axial stylus length 125mm (4.95), Maximum radial stylus length: 40mm (1.57), Ability to support automatic stylus change, Modes of Operation shall be capable of Single Point and Continuous Scanning, Stylus Adapter for mounting stylus systems to the probe head. SOFTWARE SYSTEM PACKAGE: Software included is to be capable of performing: Probe Calibrations and Data Storage, Single Point and Continuous Scanning, Filter & Outlier Elimination, Functional Size Calculations, Fully Automatic (CNC) Probe Changes with Probe Change Magazine, Three dimensional Work piece Alignments, Feature Measurement and Constructions, Additional capabilities to permit the user to create customized report headers, displays and printouts, Waviness (Fourier Analysis), Zone Flatness (user definable, overlapping analysis zones), Zone Straightness (user definable, overlapping analysis zones), Zone Flatness (DIN Flatness) (user definable, overlapping analysis zones), Zone Roundness (user definable, overlapping angular analysis zones) Scanning, Maximum Inscribed Feature, Minimum Circumscribed Feature, Minimum zone feature; Scanning: User defined UPR and Wavelength Filtering Methods: Gauss, Spline, and 2 RC Type: Low Pass, Band Pass, High Pass, Scanning: User defined Outlier Elimination (inside and/or outside), User defined Filter Factor (sigma), Outlier only OR Outlier plus user defined number of adjacent points; Software features: The software shall be feature-oriented and must be able to run previously undefined subsets of a program by selecting characteristics and executing current selection without the need to alter code, have the ability to randomly pick out of an inspection program only the measurement characteristics desired. The software must create a collision-free inspection routine for only the characteristics selected, allow multiple inspections to be open simultaneously and include an on-line help function, ability to stop, edit a program and then restart program at point of edit (data collected prior to time of program stop must not be lost), display an inspection report on screen and/or on printer, provide password protection (User Rights within measurement software). The software shall have solid model feature recognition capabilities for identifying features to be inspected and be capable of reading Pro Engineering solid models complete with original design features of solid model. SERVICES AND SUPPORT Provide an explanation of the following elements and indicate whether each are included in your standard package (included in the total price), considered an option (for additional cost state the associated price), or not available. Training. Provide training of one operator on the operation of all features (mechanical, electrical maintenance, and software) that are available and the associated cost. State whether you provide on-site or off-site training, duration of training, description of training, and when that training will be made available to the Government. Warranty. Provide a copy of your warranty and identify the time length for coverage. Service Agreement. Provide the length and terms of your repair service agreements, including any discount packages, preventative maintenance, corrective maintenance, and response time. State whether this includes phone, on-line support, on-site services, or both and the associated costs. Does your repair services coverage include software servicing/troubleshooting? Do you provide or implement any upgrades? Delivery Freight and Shipping. Provide the delivery time after receipt of order. Identify what tasks are included in your setup service such as installation, calibration, assembly and on-site operating instruction. Provide freight/shipping and handling costs to packing/crating, rigging, trucking, loading and unloading of machine from shipping truck into the facility. Technical Documents/Manuals. List the manuals that are included in the package (i.e. maintenance, operation, users guide). Spare Parts. Provide standard process for ordering spare parts. Include average delivery time after receipt of spare part order. Stylus Tips and Additional Tooling. Provide a list of probes and setup tooling that shall be delivered with the Machine and the availability of additional tooling, probes and tips. The contractor shall include pricing for a minimum quantity of ten (10) Stylus Adapters with the CMM System, one or more stylus magazine for automatic stylus change, with a total quantity of six (6) positions for storing six (6) individual stylus. Identify the cost associated with supplying the machine with an air dryer that will accommodate 110 V electrical service. All items shall be delivered, at the earliest time possible, to AATD, Building 3519A Mulberry Island Rd, Fort Eustis VA 23604-5577. The contractor shall be responsible for safe delivery of assets to destination. 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 Governments requirements as identified above; 2) Price; 3) Past Performance. Submit at least three relevant references with contact names and phone numbers. 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 is incorporated by reference. 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; 52.225-13, 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 additional clauses apply to this acquisition: FAR 52.246-2, Inspection of Supplies Fixed Price; 52-246-16, Responsibility for Supplies; F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.246-7000, Material Inspection and Receiving Report; 252.225-7013 Duty Free Entry. The following clauses cited within DFAR 252.212-7001 apply: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 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 February 25, 2010, 5:00 PM, EST, and shall be submitted to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Erika Matthews), 401 Lee Blvd., Fort Eustis VA 23604-5577 by email (erika.faith.matthews@us.army.mil) or regular mail. Contracting Officer P.O.C. is Linda Diedrich, 757-878-4828 or linda.diedrich@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e716c1e17ecf81c224ecbbbf3bffa418)
 
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
SN02070918-W 20100224/100222235558-e716c1e17ecf81c224ecbbbf3bffa418 (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.