Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1997 PSA#1760

ANNISTON ARMY DEPOT, DIRECTORATE OF CONTRACTING, 7 FRANKFORD AVE, ANNISTON AL 36201-4199

34 -- UNIVERSAL CYLINDRICAL GRINDER SOL DAAC01-97-R-0004 DUE 011397 POC Contract Specialist RITA DINGLER (205) 235-6027 Contracting Officer CATHY C. HIGGINBOTHAM (205) 235-7323 (Site Code DAAC01) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposls are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is DAAC01-97-R-0004 and is issued as an REQUEST FOR PROPOSAL (RFP). THIS SOLICITATION IS SUBJECT TO AVAILABILITY OF FUNDS. Reference FAR 52.22-18. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 90-42, Defense Acquisition Circular DAC 91-10 and Army Acquisition Circular 96-1. This solicitation is an unrestricted procurement. The standard industrial classification code is 3541 and the small business size standard is 750 employees. The Bid Schedule shall be for two (2) each uiversal cylindrical grinders for Anniston Army Depot, Anniston, AL. Bids must indicate quantity, unit price and total amount. SPECIFICATIONS: The universal cylindrical grinding machine shall be the manufacturer's current production model, complete and read for installation. The machine shall be capable of external and internal grinding. The grinding machine shall meet the following size and capacity requirements. Where a range of values is given, the machine shall be capable of operating at or above the minimum value and at or below the maximum value in the range. The dimensions of the grinding machine, when installed, shall not exceed 12' L X 8' W X 8' H. Rated swng diameter shall be 14 to 16 inches. Distance between centers shall be 30 to 36 inches. The wheelhead shall swivel not less than 45 degrees clockwise and 30 degrees counter clockwise. The grinding wheel diameter shall be 14 -- 16 inches. The workhead shallswivel not less than 90 degrees toward the wheelhead. The workhead spindle speed shall be indefinitely variable and shall range from 25 rpm to 600 rpm. The table shall swivel so that the headstock rotates not less than 9 degrees away from the wheelhead and 3 degrees toward the wheelhead. The grinding machine shall be capable of grinding any common material to a minimum tolerance of 0.0001 inch. Te grinding machine shall have provisions for automatic infeed of the abrasive wheel during grinding operations. The grinding machine shall have a safety interlock to prevent simultaneous operation of the automatic and manual wheelhead infeed. The grinding achine shall include the standard internal grinding unit normally provided with the machine. A minimum of three (3) grinding wheels shall be provided with the grinding machine. Grinding wheels shall conform to ANSI B74.2 and shall meet the safety requirements of ANSI B7.1. The grinding machine shall be equipped with a wheel dressing device complete with diamond. The wheel dresser shall be capable of dresing the grinding wheel at an angle without changing the position of the table or wheelband. The power source for both the workhead and the wheelband shall be an electric motor. The grinding machine shall include a recirculating coolant system with a reseroir. Means shall be provided to permit the operator to direct and control the coolant system. The grinding machine shall operate on 220/440 volt, 3 phase, 60 hertz input power and conform to NFPA 79 Electrical Standard for Industrial Machinery. The grinding machine shall include a running time indicator which displays accumulated machine operating time in hours. All parts, components, mechanisms, and assembles furnished on the machine shall conform to all requirements of 29 CFR 1920 and ANSI B7.1 and NFPA 79 Electrical Standard for Industrial Machinery. If a conflict arises between 29 CFR 1910 and ANSI B7.1, 29 CFR 1910 shall apply. The grinding machine shallinclude standard equipment such as hand tools, spare parts, or other items required for operation of the grinding machine. A nameplate shall be attached to the grinding machine containing this information: Nomenclature, Manufacturer's name, Manufacturer's Model Designation and Serial number, Power Input Requirements, Contract Number and Date of Manufacture. A minimum of two (2) copies of operator and maintnance manuals, calibration specifications and procedures, catalogs, and spare parts list shall be provided. Maintenance manuals shall include electrical, hydraulic, and pneumatic schematics, parts lists, troubleshooting procedures, preventive maintenance rquirements, lubrication schedule. Schematics shall show and identify all parts and components on circuit boards. Catalogs shall fully describe all special tooling, fixtures and attachments. Spare parts list shall be complete with part numbers and descriptions, quantities required, prices, and normal delivery time. Any other technical data normally furnished with the equipment shall be provided. All technicaldata shall be furnished in the English language. Within 30 days after award of contract, contractor shall provide Anniston Army Depot two (2) copies of the pre-installation manual and all documentation and instructions necessary for installation. Documentaion to include: floor plan drawing to show floor space requirements, space required around the machine, foundation requirements, maximum overall length, width and height dimensions, weight, utility requirements including capacities of required utilities and approximate location of utility connections, minimum doorway opening required, industrial waste disposal requirements and ventilation requiremets. All foundation hardware required for installation shall be furnished and included in the total proposal cost. The Universal Cylindrical Grinding Machine shall be covered by the manufacturer's standard commercial warranty for this type of equipment and hall be for a period of not less than one (1) year to include parts and labor. The warranty shall be written in the Anniston Army Depot's name. During the warranty period, the contractor shall be responsible for the repair of any defects in equipment parts or workmanship. The contractor shall respond to requests for warranty service within forty-eight (48) hours. Warranty shall cover all costs of repairs to nclude mailing costs for any parts mailed off-site for repairs. DELIVERY: Suppliers must provide delivery within 120 calendar days after contract award and deliver to Anniston Army Depot, Building 362, Anniston, AL 36201-4199. Provision at FAR 52.212-1, Intruction to Offerors-Commercial, applies to this acquisition. PROPOSAL COVERSHEET SHALL BE SIGNED AND DATED AND SHALL CONTAIN THE FOLLOWING: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS, AND TELEPHONE NUMBER OF THE OFFEROR; TERMS OF ANY EXPRESS WARRANTY; REMIT TO ADDRESS, IF DIFFERENT THAN MAILING ADDRESS. PROPOSAL SHALL ALSO CONTAIN ALL OTHER DOCUMENTATION SPECIFIED HEREIN. Offeor shall include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitaion may be excluded from consideration. EVALUATION/AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and price related factors. Technical proposals will be evaluated on a met/not met basis. The following technical element factors shall be used to evaluateoffers: sizes and capabilities, automatic feed, internal grinding, and wheel dresser features. WITH OFFER, THE OFFEROR SHALL FURNISH TECHNICAL LITERATURE THAT HAS BEEN USED TO MARKET THE PROPOSED EQUIPMENT. THE TECHNICAL LITERATURE WILL BE USED TO TECHNICALY EVALUATE THE OFFERS AND SHALL SHOW THAT THE PROPOSED EQUIPMENT MEETS THE REQUIREMENTS OF THE SPECIFICATION; SPECIFICALLY THOSE TECHNICAL ELEMENTS SPECIFIED ABOVE. If the offeror's preprinted literature does not show all these features, the offeror may attach a letter or supplemental information to the literature describing those required features. All literature and supplemental information shall be in US Cusomary System of Measurements and in the English language. The failure of technical literature to show that the product offered conforms to the requirements of this procurement may require rejection of the offer. OFFERORS SHALL INCLUDE A COMPLETED COPY OF TE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. Offerors can obtain the representations and certifications by calling or faxing a request to Ms. Rita Dingler at (205) 235-6027 or Ms. Wanda Adams at (205) 235-6319, fax number (205) 235-6353. Information can be provided by fax. The following clauses apply to this acquisition and are incorporate by reference: 52.212-4, Contract Terms and Conditions-Commercial Items, Far 52.212-4 has the following exceptions: Paragraph (C) -- offer acceptance period shall be 90 days and Paragraph (O) requiring an implied warranty is deleted in its entirety. 52.212-, Contract Terms and Conditions Required to ImplementStatutes or Executive Orders -- Commercial Items; 52.222-3, Convict Labor; 52.233-3, Protest After Award; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 52.222-26, qual Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veteran and Veterans of the Vietnam Era; DFARS 252.212-701 -- Contract Terms and Conditions Required to Implement Statutes or and Vietnam Era Veterans; DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns; 252.225-7001, Buy American Act and Balance of Payment Program; 252.22-7012, Preference for Certain Domestic Commodities; 252.225-7017, Preference for United States and Canadian Valves and Machine Tools; 252.227-7015, Technical Data -- Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.23-7003, Certification of Claims and Requests for Adjustment and Relief. Anniston Army Depot works an alternate work schedule -- Delivery should be coordinated with the contract administrator. This solicitation is a priority C9E rated order under DPAS. This proposal does not include contractor installation. RESPONSE TIME: PROPOSALS ARE DUE NLT 4:30 p.m. CST TWENTY DAYS AFTER PUBLISH DATE. Offers must e submitted to: Directorate of Contracting, Anniston Army Depot, 7 Frankford Avenue, Anniston, AL 36201-4199. The point of contact for this acquisition is Rita Dingler, Phone (205) 235-6027 and alternate point of contact is Wanda Adams, Phone (205) 235-631. (0009)

Loren Data Corp. http://www.ld.com (SYN# 0263 19970113\34-0002.SOL)


34 - Metalworking Machinery Index Page