SOLICITATION NOTICE
34 -- PORTABLE FLANGE FACING MACHINE
- Notice Date
- 6/6/2025 10:00:05 AM
- Notice Type
- Presolicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
- ZIP Code
- 23709-5000
- Solicitation Number
- SPMYM125Q0115
- 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 PORTABLE FLANGE FACING MACHINE WITH INTERNAL CLAMPING QTY: 1 U/I: EA 1 SPECIFICATIONS: 1.1 SCOPE: This scope covers the requirements for the procurement and delivery of one each (1 ea.) Portable Flange Facing Machine 16� � 47 ""with internal clamping. Portable machine for Flanges of any kind, shipbuilding Fittings and Smooth and spirally grooved flange sealing surfaces. 2 EQUIPMENT DESCRIPTION: The machine shall consist of 1ea. EFCO TDFI-2 Portable Flange Facing Machine with internal clamping containing 8 length-adjustable clamping bolts. Machine shall be designed to machine flanges of any type with a 16 - 47""machining diameter. Machine shall be designed to machine shipboard fitting housings, flanged fittings and be capable of producing Smooth and spirally grooved flange sealing surfaces. Machine shall be able to process flanges from horizontal to vertical. 3 SALIENT CHARACTERISTICS: The equipment shall have the following salient characteristics: 3.1 Machining diameter 16�-48� (400 � 1200mm) 3.2 Clamping diameter 16�-40� (400 � 1000mm) 3.3 Electric Motor (1ea.) 120V/60Hz 3.4 Machine height (13.2�) 330 mm 3.5 Radial stroke: max. (3.94�) 100 mm 3.6 Spindle speed: Gear stage I: 7 � 27 rpm Gear stage II: 18 � 56 rpm 3.7 Automatic radial feed: Infeed via facing head: a. 0.002�/rev. (0,06 mm/U.) b. 0.004�/rev. (0,10 mm/U.) c. 0.02�/rev. (0,50 mm/U.) 3.8 Rapid adjustment via adjusting wheel 5,40 mm/U. (0.21�/rev.) 3.9 Longitudinal and taper turning: 3.9.1 Shall machine conical surfaces (chamfers, lenticular seats, etc.), the turning tool infeed shall be able to be rotated by the desired angle on the turning head slide. The turning tool infeed shall be able to be continuously adjustable and shall be able to be used over the entire machining area to guarantee universal use. An angle of 90� shall be set for longitudinal turning. During longitudinal and taper turning, the turning tool shall be advanced step by step by means of a driving pin which is actuated by a trip cam. 3.9.2 Technical data longitudinal and taper turning: 3.9.2.1 Automatic feed I: ca. 0,05 mm/U. (0,002�/rev.) 3.9.2.2 Automatic feed II: ca. 0,1 mm/U. (0,004�/rev.) 3.9.2.3 Slide stroke: 30 mm (1.18�) 3.10 Shall poses a safety clutch in the turning head that prevents the machine from being overloaded by switching off the feed in the event of an overload. 3.11 Scope of supply: Shall include the following 3.11.1 Drive 1 pc. Base machine 2 1 pc. Electrical drive 3.11.2 Clamping system a. 1 pc. Clamping chuck b. 4 pcs Clamping bolts (incl. height and center adjustment) c. 4 pcs Clamping bolts d. 1 set assembly tools (incl. 2 dial gauges and magnetic measuring stand) 3.11.2 Turning head and turning tools a. 1 pc. Turning head b. 1 pc. Turning tool infeed (taper turning possible) c. 1 set Turning tools and cutting steels 3.11.3 General a. 1 set Standard accessories b. 1 set assembly tools c. 1 set Instruction manuals d. 1 pc. Workshop trolley 3.12 The complete machine, including standard accessories, clamping, assembly tools, turning head and operating instructions, shall be supplied in a robust workshop trolley. 4 QUALITY ASSURANCE PROVISIONS: Inspection and acceptance of the supplies, performed at destination by Code 983 and shall consist of type and kind; condition; operability, if readily determinable; preservation; packaging. 5 PRESERVATION, PACKAGING AND PACKING: The equipment shall be packaged, packed and preserved for shipment to reach ultimate destination undamaged. Package shall be prominently marked �NOT FOR OUTSIDE STORAGE�. Yellow packaging, packing, preservation and marking are prohibited. 6 Additional Requirements: 6.1 Warranty: This machine shall be warranted against any defects in material, parts, and workmanship for 12 months after the date of installation. The control, servomotors and main spindle motor are warranted against defects in material, parts, and workmanship for 12 months after the date of installation. 6.2 Technical Manuals: Three (3) complete sets of technical manuals covering operation, service and maintenance, and part-listing shall be provided. 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 3456. The anticipated delivery date for this acquisition is 30 days after contract award. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. THE SOLICITATION IS NOT YET AVAILABLE. The solicitation number is SPMYM125Q0115 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 (SPMYM125Q0115) 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 SPMYM125Q0115. 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/efe2d5e4c496451a98d9e896e579ed0f/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN07469169-F 20250608/250606230105 (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 |