Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOURCES SOUGHT

99 -- Waterjet Machine Services

Notice Date
7/7/2016
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W9098S) (JMTC-RIA), BLDG 211 RODMAN AVENUE, Rock Island, Illinois, 61299-5000, United States
 
ZIP Code
61299-5000
 
Solicitation Number
W9098S-16-T-00WJ
 
Archive Date
7/30/2016
 
Point of Contact
Jill Veloz, Phone: 309-782-2895
 
E-Mail Address
jill.c.veloz.civ@mail.mil
(jill.c.veloz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought is to identify potential sources capable of providing the following services: SCOPE OF WORK- Large Waterjet Services-RIA-JMTC 1.0 General Scope of Services 1.1 Rock Island Arsenal - Joint Manufacturing and Technology Center (RIA-JMTC) has various scheduled production jobs requiring the use of a large waterjet machine. 1.2 The contractor will provide waterjet services for a variety of parts as needed and in accordance with provided drawings and noted specifications. Waterjet Machine requirements are as follows: 1.2a Continuous operating pressures up to 87000 PSI 1.2b Dynamic Compensating Heat Waterjet: (to eliminate kerf angle on edges of parts): Reduces the effects of taper and stream lag, two naturally occurring phenomena in waterjet machining. Providing higher accuracy, faster cutting and less tapering. 1.2c CAPABLE OF MACHINING PLATES UP TO 10 FT X 20 FT X axis 10 FOOT/120 INCH PROGRAMMABLE Y axis 20 FOOT/240 INCH PROGRAMMABLE Z axis 12.0 INCH TRAVEL (THIS IS VERTICAL) 1.2d Cut Capacity Range (Thickness): up to 8.00 inches (RIA-JMTC is currently cutting parts up to 8.00 mild steel, 7.00 aluminum thick) 1.3 The contractor will be responsible to package parts and return shipment to RIA-JMTC. The contractor will be responsible for providing any additional packing materials needed to protect the parts in transit. 1.4 RIA-JMTC is responsible for shipment of the parts to the contractor's facility. 2.0 Other Requirements 2.1 All completed parts will be inspected through RIA-JMTC's Quality Assurance (QA) Department. All parts that do not meet the specifications listed per the provided drawing(s) and the MIL-SPEC required in said drawing(s), will be replaced/ repaired by the contractor at their cost to include all shipping cost incurred for the defective parts. 2. 2 RIA-JMTC will provide the Contractor a Quality Assurance Plan (QASP) for the requested service and this will serve as a guideline for a standardized process for quality assurance. 2.4 Contractor shall provide CoC (Certificate of Conformance) and CTR's for all processes indicating contractor compliance with all associated tech data requirements. 3.0 Acceptance: Contractor shall invoice in Wide Area WorkFlow (WAWF) unless the call order is valued at or below the micro purchase threshold then payment will be processed via Government Credit Card. 4.0 Contractor Manpower Reporting (CMR) May 2013: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on "Department of the Army CMRA" or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable service/Component's CMR website. Please include the following in your response: 1) Company Name: 2) Cage Code: 3) POC Name, E-mail, and phone number: 4) Company size (small or large)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4be4fdc51efc64f7e5552adac9c10ad4)
 
Record
SN04173697-W 20160709/160707234806-4be4fdc51efc64f7e5552adac9c10ad4 (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.