Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOURCES SOUGHT

34 -- Abrasive Waterjet Cutting Machine - Additional Information

Notice Date
7/14/2015
 
Notice Type
Sources Sought
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-15-Q-B225
 
Archive Date
8/12/2015
 
Point of Contact
Keona L Franklin, Phone: 3214949958, Cheryl T. Witt, Phone: 321-494-4394
 
E-Mail Address
keona.franklin@us.af.mil, cheryl.witt@us.af.mil
(keona.franklin@us.af.mil, cheryl.witt@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Purchase Description SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-15-Q-B225 shall be used to reference any written responses to this sources sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334220. The size standard for NAICS is 500. The requirement is to provide: (1) One - Abrasive Waterjet cutting System (see attached purchase description for more information) Salient Characteristics: a. A computer numerically controlled (CNC) abrasive closed loop waterjet system with minimum capacities of 120" x-axis cutting travel, 60" y-axis cutting travel, 8" z-axis travel with a x, y axis accuracy and repeatability of ± 0.001"/foot and a ballbar circularity of ± 0.003". b. Five (5) axis head that can rotate 60 degrees from vertical, and 360 degrees about the vertical axis, taper and automatic taper compensation in 2, 3, and 5 axis cutting. c. Cutting nozzle that is fully integrated with long-life diamond orifice. The nozzles to be warranted to last 500 hours and the only additional part required is the mixing tube and final filter. d. Laser finder to give a visual reference within ± 0.020 inches where the jet stream will cut without the need for special programming is included. e. A precision edge locating system complete with all accessories required to locate and measure an existing edge or feature, and create geometry in the cam software of the measured feature is included. f. Pumps are 40 HP, 60,000 pounds per square inch (psi) max, direct drive capable of obtaining and maintaining the designed operating pressure without the use of hydraulic assistance. The pump must have a maintenance interval of 1000 hours of operation while maintaining at least 55,000 psi continuous pressure. g. The machine is to have an air and water conditioning kit. h. Have an automatic abrasive removal system. i. Have an abrasive delivery system which holds a minimum of 600 pounds of automatically delivered abrasive. j. Include a means of holding a work piece securely during processing. k. Have the following start-up consumables and spare parts; Second/spare nozzle assembly and mixing tube assembly; Nozzle Spares Kit for each nozzle; Basic Pump Spares Kit; Extended Pump Spares Kit; Major Pump Rebuild Kit; Minor Pump Rebuild Kit;complete table slat kits. l. Use 480 VAC,3 phase, 60 Hz power input. m. Training is available for the life of the equipment n. Programming software package is a permanently licensed Windows® 7 (64-bit) or better w ith free upgrades and unlimited seats. What is the purpose of the item(s): This system is necessary to augment fabricating of parts and equipment. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date, as well as specifications/drawings. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-15-Q-B225, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843. RESPONSES ARE DUE NO LATER THAN 28 July 2015 @ 3:00 pm Eastern Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B225/listing.html)
 
Place of Performance
Address: Bldg. 992, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03796110-W 20150716/150714235318-c0da1b06795ed2d89488082c22738940 (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.