SOURCES SOUGHT
99 -- INDUSTRIAL SCALE LASER CUTTING AND FABRICATION TABLE
- Notice Date
- 5/12/2025 8:35:14 AM
- Notice Type
- Sources Sought
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
- ZIP Code
- 21226
- Solicitation Number
- RFILASER0002
- Response Due
- 6/15/2025 1:00:00 PM
- Archive Date
- 06/30/2025
- Point of Contact
- Harold Patrick, Phone: 4438296319, Kelly Wyatt, Phone: 4438676131
- E-Mail Address
-
harold.w.patrick2@uscg.mil, kelly.a.wyatt@uscg.mil
(harold.w.patrick2@uscg.mil, kelly.a.wyatt@uscg.mil)
- Description
- This Request for Information (RFI) is issued for market research purposes only to identify potential vendors that have the capability to provide an industrial scale laser cutting and fabrication table. Provided as a representative example, the Koike FiberTex 45XX Zero Series can be used as a benchmark comparison for the capacity and capability the United States Coast Guard Yard is requesting information on. In no way is this example model meant to bias the RFI or be required as the expected source or model. The Coast Guard Yard is seeking vendors that can meet or exceed the salient characteristics of the above example model. Specifications listed below are requirements for a metal laser cutting table must demonstrate for consideration. 1. Laser cutting capability: Shall have the capability of receiving and working up to 10� X 20� X 3� sheet of metal. Coast Guard will entertain smaller size plating down to 8� x 20� x 2.5� 2. Power System: CG Yard can supply electric service up to 40KW, 600 service amps, 480 volts. 3. Ventilation: shall be equipped with ventilation, Dust collector, fume extractor, down draft table or equivalent system of removing gaseous byproduct. 4. Material: Shall be capable of cutting approximately 2 inches of aluminum, 3 inches mild Steel, and 2 inches stainless steel. There is potential that the metal will have mill scale, rust and impurities. 5. Gas Supply: Machine must be able to except Nitrogen, Compressed air, or Oxygen. 6. Supportive equipment: If machine is required to have equipment to achieve the above-mentioned items, please provide all info within the RFI. 7. Warranty: What is the standard warranty for the machine provided in the RFI. 8. Post Processer: CG Yard currently uses Pro-Nest software. Provide information for proposed software requirements and compatibility. 9.Cut Charts: Must be able to provide cut charts for variety of materials. 10. Services: What type of preventative maintenance (PM) during warranty period does the vendor provide. What is the standard timeline for customer support response. 11. Power Rectifying: Provide method of rectifying clean electrical power provided to machine. 12. Monitoring System: Shall be able to provide a camera system or display to monitor cutting process and provide play back capability. 13. Cutting Travel: Shall have a minimum of 3 axis. 14.Operating system: Shall be capable of display in Imperial US measurements. 15. Practice run: Laser plate alignment, with capability of trial run without cutting the metal. 16. Etching: Shall be able to etch aluminum, steel, and stainless steel. If capable of additional, please note. 17. Equipment: Nitrogen generator is preferred to eliminate external tanks. INFORMATION SOUGHT Interested parties are free to submit any information which may assist the CG Yard in its market research. There is no page requirement/limit and a detailed proposal is not requested. Submission in PDF format is desired, with drawings sized to 8.5� X 11�or 11� X 17�. All other documentation should be sized to 8.5� X 11�. Provide following: Principal characteristics, attributes and capabilities General arrangement drawings, specifications or other relevant technical characteristics Photographs/renderings (if available) Provide explanation of anticipated cost range/schedule/technical risks Provide company contact information, size status and if registered in SAM.GOV The approximate delivery period. Warranty terms and conditions. Place of manufacture. Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information. What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or a perhaps a hybrid (i.e. a contract that allows several types)? Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI. Submissions shall be emailed to: Wes Patrick at harold.w.patrick2@uscg.mil and Kelly Wyatt, at Kelly.A.Wyatt@uscg.mil. The response file shall be in PDF format, with file name including the RFI number and your company name. Disclaimer: There is no solicitation at this time. This RFI is not a request for proposals; submission of any information in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned. After reviewing RFI responses to this RFI, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the Contract Opportunities (formerly FedBizOpps) website or distributed to contract holders if a strategically sourced vehicle is deemed appropriate. It is the responsibility of the interested parties to monitor the Contract Opportunities website. Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when deciding on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose determined necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e43b4006f7354d0e8cf8f8dc6b6f1c33/view)
- Place of Performance
- Address: Baltimore, MD, USA
- Country: USA
- Country: USA
- Record
- SN07440054-F 20250514/250512230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |