MODIFICATION
36 -- CNC KNIFE CUTTING SYSTEM
- Notice Date
- 6/6/2025 6:22:28 AM
- Notice Type
- Solicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
- ZIP Code
- 23709-5000
- Solicitation Number
- SPMYM125Q0112
- Response Due
- 6/12/2025 12:00:00 PM
- Archive Date
- 06/27/2025
- Point of Contact
- MONICA RICHARDSON
- E-Mail Address
-
monica.richardson@dla.mil
(monica.richardson@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract with Lowest Price Technically Acceptable (LPTA) Evaluation Factors for the item listed below. The required item is for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice. The Contract Line Items (CLINs) are as follows: 0001 CNC KNIFE CUTTING SYSTEM QTY: 1 U/I: EA ATOM FLASHCUT FLEX L12 1. SCOPE OF WORK 1.1. This scope covers the requirements for ordering, a Computer Numerical Control (CNC) Knife Cutting System and all tooling required to provide an efficient operating system. This system will be used to cut an assortment of different material. 1.2. Installation of the purchased knife cutting system in Building 171, Norfolk NavaL Shipyard, Portsmouth, VA. 1.3. Contractor shall provide training and technical manuals as explained as herein this specification. 2. EQUIPMENT DESCRIPTION: The equipment shall consist of three (3) axis CNC controls. The equipment shall be operable under control of the CNC. Must be capable of cutting gaskets in their various forms (6mm Compressed & Tang Graphite Included) and Rubber and it�s by-products up to 25mm in thickness. 3. SALIENT CHARACTERISTICS: The equipment will have the following salient characteristics: 3.1. Table: 3.1.1. Table size � minimum of 47�x 39� 3.1.2. Vacuum Table shall have multiple working zones, which can be independently activated. 3.1.3. Vacuum pump shall be adjustable to conserve energy. 3.1.4. Table Load Capacity � minimum 125 lbs. 3.1.5. Table shall be able to cut sheet sizes ranging from 1�X 1� to 5� X 5� 3.1.6. Table shall be able to hold different size materials in different work zones simultaneously. 3.2. Minimum Travels: 3.2.1. X axis 48� 3.2.2. Y axis 48� 3.3. CNC Features: 3.3.1. Simultaneous 3-axis linear and circular interpolation 3.3.2. 10� (minimum) color flat panel display 3.3.3. Absolute and incremental programming 3.3.4. Inch and metric programming 3.3.5. Lenses for point acquisition and shape or layout automatic repositioning 3.3.6. Feed rate override 3.3.7. Mathematical functions including arithmetic and trigonometric 3.3.8. DXF file input 3.3.9. Maintenance diagnostic routines embedded in system 3.3.10. Automatic nesting for material saving, in off-line or in-line mode. 3.3.11. High Brightness Overhead Projection System: The overhead projectors shall allow for a clear visualization of parts and commands on all materials. 3.3.12. CD Rom input 3.4. Multi-tool cutting head: 3.4.1. Multi-tool cutting head speed minimum of 60m/min 3.4.2. Shall be able to hold a Pneumatic oscillating knife chuck or fixed knife chuck size 40mm. 3.4.3. Shall be able to hold a minimum of 2 Punching tools or kiss-cutting knife holder chuck size 20mm 3.4.4. Multi-tool cutting head acceleration minimum of 1 G 3.4.5. X and Y axis must operate on a solid steel rack and pinion system 3.5. Performance: 3.5.1. Shall be able to punch minimum of .8mm to 6mm holes 3.5.2. Shall a minimum punching Frequency 3 Holes per Second 3.5.3. Precision and repeatability, to within +/- 0.1mm 3.5.4. Must be able to cut 1-2 layer steel inserted graphite, dense rubber, cross linked polyethylene foam, Kevlar, 6mm non-asbestos, tang graphite, cork, rubber, foam, fish paper and plastic 3.5.5. Material must be able to be cut without being blocked, stripped or captured by plastic sheet on top of material. 3.5.6. Must have the ability to total cut, score cut (partial depth cut) & kiss cut with one knife chuck. 3.6. Tooling: 3.6.1. Shall be included: (50ea.) Blades part number 01039999 (10ea.) Blades part number 01R33856 (10ea.) Blade Overhead Projection System Pneumatic Booster (1ea.) Pricking tool (1ea.) Plotting pen (2ea.) Adjustable Pneumatic Knife Chuck (0.64mm) (2) 20mm Tool: Punching tool holder (2) 40mm Tool: Pneumatic oscillating knife chuck (1ea.) Fixed Knife Chuck (AT1BK12A) w. Knife Holder 3.7. Air Compressor: Machine shall be provided with a 7.5 HP Rotary Screw Air Compressor with a Dryer with installation and operator instructions. 3.8. Pneumatic Booster: Machine shall be provided with a pneumatic booster and installation instructions for the booster. 3.9. Utilities: 3.9.1. Electrical: 460 VAC, 3 phase, 60 Hz 3.9.2. Compressed Air: 90 PSIG, 1-4/IPS 3.9.3. Working Environmental: 35�F to 105�F, up to 100% relative humidity 4. QUALITY ASSURANCE: 4.1. Vendor must provide cutting samples performed at destination of multiple gaskets in one sheet of �� thick tang graphite and �� thick 1-2 layer steel inserted graphite using type 2 gasket layout. NNSY can provide samples of material and gasket dimensions if needed. 4.2. Vendor must provide cutting samples performed at destination of multiple gaskets in one sheet of 1/16� and 1/32� thick soft rubber, 1/32�and 1/64� thick Fish paper and 1/16� thick Garlock using gasket type 1 layout. NNSY can provide samples of material and gasket dimensions if needed. 5. TRAINING: 5.1. After satisfactory completion of acceptance testing of the system, the services of a qualified representative(s), who is a United States citizen of good standing and repute and proficient in the English language, shall be provided for specialized training to familiarize receiving activity personnel with the equipment and to help ensure reliable performance and maximum service life, during normal usage. 5.1.1. The training shall be performed at the customer facility and shall be as stated in paragraphs below. 5.1.2. Training shall occur between 7:30 am and 3:30 pm excluding weekends and any federal holidays. 5.1.3. The course shall utilize training manuals for each of the operator and maintenance training students, as-built drawings and manuals provided under this contract, and shall include both classroom and hands on portions. 5.1.4. All printed training aids shall be supplied at no additional cost to the government, and be in the English language. 5.2. Operator /Programmer On-Site Training: 5.2.1. Training shall be provided at Norfolk Naval Shipyard. 5.2.2. Training shall include preparation of part programs, and preparation of equipment for safe operation. 5.2.3. The trainees shall be provided instructions for all aspects of machine operation. 5.2.4. Trainees shall be provided instruction for the care, use and operation of all attachments and accessories. Instructions shall also be provided for the interface between the CNC control and the existing 3D AutoCAD software. 5.2.5. Training shall be provided for three (3) operators/programmers. 5.2.6. The training period shall not be less than three (3) consecutive, eight (8) hour work days. 5.2.7. A training manual (which could be an additional operator�s manual) shall be provided for each student. 6. OPERATOR / MAINTENANCE / REPAIR MANUALS: 6.1. The equipment shall be furnished with two (3) hard copies and (1) CD�s of the manufacturer�s standard Operation, Maintenance, and Repair Manual(s). 6.1.1. The manuals shall include all mechanical and electrical schematics showing discrete components/block diagrams/wiring diagrams with inputs and outputs identified/system electrical interface documents and drawings for the specific model of all machine equipment/drives/controls supplied. 6.1.2. The information contained in the manual(s) shall reflect the unit and its components in the �as built� configuration. 6.1.3. Maintenance section of manual must include but is not limited to: a. Preventive Maintenance Schedule b. List of Spare Parts c. Safety Requirements and Hazards 6.1.4. The information contained in the manual(s) shall permit trouble shooting and repair of the equipment by journeymen level personnel. 6.1.5. The information contained in the manual(s) shall be in the English language. 6.1.6. The information contained in the manual(s) shall be in imperial units of measure. 7. LIFTING AND HANDLING: 7.1. Installation Lifting and handling instructions: The Contractor shall provide lifting and handling instructions that include the following: a. The weight of the load b. The location of the center of gravity c. The attachment (lifting) points for the load d. Limitations on allowable orientations for any parts making up the lifting assembly 8. WORK RESTRICTIONS: 8.1. Parking - Vehicles and equipment required by the Contractor to complete this contract must be registered with Government Security. 8.1.1. Vehicle passes and permits may be obtained through the Receiving Activity Point of Contact. 8.1.2. Contractor vehicles must be marked on the outside with the company name or logo or both. 8.1.3. Failure to comply will result in ticketing and/or loss of vehicle privileges. 8.2. Regular Working Hours - All work is to be performed during the receiving activity�s regular work hours from 7:30 a.m. to 4:00 p.m., Monday through Friday except for Federal Holidays. 8.2.1. If the Contractor desires to work on Saturdays, Sundays, holidays, or outside the regular or specified hours/days, the Contractor shall submit a request to the receiving activity POC for approval a minimum of two (2) working days prior to the anticipated work date. 8.2.2. In no event shall a Contractor carry on work outside the hours and days specified in the contract without prior approval. 8.3. Restricted Colors - This Government uses the colors magenta, yellow, red and blue to identify specially controlled materials. 8.3.1. The Contractor is specifically prohibited from using magenta, yellow, red or blue colored plastic wrapping materials or bags, tape, or other covering materials. 8.4. Radio Restrictions - Operation of privately owned citizens band or amateur radio equipment (receive and transmit) within the geographic limits of the Government is prohibited. 8.4.1. All radio equipment installed in privately owned motor vehicles must be turned off upon entering the Government premises. 8.4.2. Privately Owned Personal Computers And Cellular Telephones - The use of privately owned personal computers and cellular telephones by contractor personnel at the receiving activity is restricted. 8.4.3. Contractors requiring such devices in the performance of this contract shall obtain a copy of the applicable parts of this instruction from the Contracting Officer. 8.5. Photography/Recording - Contractor personnel are prohibited from having photographic equipment, tape recorders, or other recording devices in their possession while inside the Government Controlled Industrial Area (CIA). 9. PERSONAL HEALTH AND SAFETY: 9.1. Compliance With OSHA - All work described herein shall be performed in an industrial manufacturing area and shall be conducted under the guidelines of OSHA. 9.2. Contracting personnel shall perform all work in accordance with the latest OSHA rules and regulations issued by the Department of Labor, 29 CFR Parts 1910, 1915, and 1926 as applicable. 9.3. Prior to commencing work, the Contractor representative(s) shall meet in conference with the Site Manager, shop supervision, and other necessary Government personnel to discuss and develop mutual understandings relative to the administration of the Government Safety Program. 9.4. Safety Equipment - The Contractor shall provide their employees with all necessary personnel protective safety equipment during the performance of work on this contract. 9.4.1. All contractor personnel shall have in their possession and shall properly wear OSHA approved personnel protective safety equipment (i.e. hard-hats, steel-toe safety shoes, safety glasses and hearing protection). 9.4.2. The Contractor shall provide all appropriate safety barricades, signs, and signal lights required to properly isolate the area of work. 10. FACILITIES ENTRY REQUIREMENTS: 10.1. All personnel expected to visit NNSY shall be US citizens. All personnel shall provide two forms of identification. Accepted required identity documentation for proof of US citizenship, US Birth Certificate, US Passport, Certificate of Citizenship, Birthright Citizenship, Certificate of Naturalization, Birth Abroad for US citizens. Starting May 7, 2025, non-affiliated individuals requesting access will need a REAL ID-compliant driver's license or another acceptable form of identification to access CNRMA Installations. Acceptable alternative forms of identification for base access include: U.S. passport or passport card Military ID card (Common Access Card or CAC, DoD retired ID card) Permanent resident card (Green Card) Transportation Worker Identification Credential (TWIC) Enhanced Driver�s License (EDL) Other forms of identification accepted by the Department of Homeland Security 10.2. 30 days before arrival, contractor shall provide SECNAV 5512 data on all personnel expected to visit NNSY to the TPOC. This shall include list of all personnel expected to visit, identifying those that require SECNAV 5512 forms & those with existing valid base passes. All personnel expected to visit NNSY shall be US citizens. All personnel shall provide two forms of identification. Accepted required identity documentation for proof of US citizenship, US Birth Certificate, US Passport, Certificate of Citizenship, Birthright Citizenship, Certificate of Naturalization, Birth Abroad for US citizens. The TPOC shall provide SECNAV 5512 forms upon request. The TPOC will endorse the SECNAV 5512 form and forward to the NNSY Pass Office. 10.3. Vehicle Entry: The Contractor shall display the company name on each door of the Contractor�s vehicles in a manner and size that is clearly visible. All contractor vehicles shall display a valid state license plate that complies with State Vehicle Code with Company�s name clearly displayed on the sides on vehicle. Contractor vehicles shall meet all other requirements of the State Vehicle Code, such as safety standards, proof of insurance and state registration. Contractor vehicles shall have insurance and registration in the company�s name. Passes will be issued for vehicles to enter the shipyard. A separate pass is required for entering the CIA. There are available parking spots near each building, including in the CIA. Unloading can be accomplished at high bay door loading and unloading zones however; the loading and unloading zones may not be near the equipment for each building. 10.4. Portable Electronic Device (PED): In accordance with COMSUBLANT/COMSUBPACINST 2075.1C, the use of Portable Electron Devices (PEDs) while in or on Department of Navy Controlled Industrial Areas are prohibited. A portable electronic device (PED) is defined as any non-stationary electronic apparatus with singular or multiple capabilities of, but not limited to recording, storing, and/or transmitting data, voice, video, or photo images e.g.: cell phones, laptops, tablets and wearable devices such as fitness bands and smart watches. Noncamera cell phones are acceptable (feature phones). Where a laptop computer is required for trouble-shooting and machine programming purposes, contractor must inform TPOC no later than two (2) weeks prior to visit to allow time to schedule inspections and vetting from NNSY IT department. Critical time Constraints: The Installation and training shall be performed between the hours of 7:20 am and 3:50 pm excluding any federal holidays. INSTALLATION RESPONSIBILITIES Government Repsonibilities Provide machine foundation in accordance with the manufacturer's design requirements. Furnish labor and material handling equipment for offloading and placing item on foundation. Set and rough level the machine on its foundation. Connect machine to the provided utilities hook-up. Provide all necessary tools, gages, and instrumentation necessary to perform the required tests. Provide and charge all systems with fluids in accordance with manufacturer's instructions. Material for performance testing at Government facility. Provide utilities hook-up within 20 feet of the machine Contractor Responsibilities Provide and install anchor bolts and nuts. Level and align machine. Material for performance testing at Contractor's facility. The requirement will be solicited as a total small business set aside; BRAND NAME ONLY. The NAICS code applicable to this procurement is 333517, Machine Tool Manufacturing with a size standard of 500 employees. The Product Service Code is 3620. The anticipated delivery date for this acquisition is 5 months after contract award. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. The solicitation number is SPMYM125Q0112 and it is expected to be available on or about 06 June 2025 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 3:00 PM EST on 12 June 2025. Responses to the solicitation notice shall be emailed to the attention of Monica Richardson as monica.richardson@dla.mil Please make sure that the solicitation number (SPMYM125Q0112) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues. Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register on the interested vendor list under SPMYM125Q0112. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Monica Richardson at monica.richardson@dla.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1e67498bf0d54171b90b708349f30e2f/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN07468680-F 20250608/250606230050 (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 |