SOLICITATION NOTICE
34 -- 5- Axis Water Jet Cutting System
- Notice Date
- 4/2/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Contracts Department (Code 891-2), PO Drawer 43019, MCLB Albany, GA 31704
- ZIP Code
- 31704
- Solicitation Number
- M6700403Q0032
- Archive Date
- 6/13/2003
- Point of Contact
- SSgt D. J. Jones (229) 639-6787 SSgt Donald J Jones, Contracting Specialist or GySgt Kacy M Mohead, Contracting Officer at (229) 639-6787 or 6734 respectively.
- Description
- GySgt KM Mohead, Contracting Officer. This is a combined synopsis/solicitation for commercial supplies 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and Defense Acquisition Circular 91-13. This action is restricted to small business concerns and has a NAICS code of 333512 with a size standard of 500 employees. This solicitation contains (2) CLINs with the purpose of issuing a firm fixed-price contract. The Marine Corps Logistics Base, Albany, Georgia, has a requirement for the foll owing item: CLIN 0001: 5 AXIS WATER JET CUTTING SYSTEM W/ 8x20 FOOT BED for use in the Marine Corps Logistics Base, Albany, GA, Maintenance Center, Metals Department, Bldg 2200, with the following specifications: The system shall consist of a gantry system, a windows based controller system, a 5 axis cutting head, a tank base with a bed able to provide for an eight foot by twenty foot sheet of armor plate. The system shall be able to cut a minimum thickness of 8 inches to repair various military components. The system shall be able to cut and machine all types of material to include various alloys of steel, aluminum, titanium, brass, copper, composites, plastic, Plexiglas, and others as required. The system shall also consist of a grit recovery system, water recovery, an automatic system to lower the material beneath the water surface to provide for noise suppression and au tomatic safety features. Additional information: The Gantry System shall be of sufficient grade steel to support the weight of the structure. The structure shall provide a stable work platform to minimize deflection, vibration, and machining errors. The gantry shall allow for smooth travel the entire length of the work area. The Control System shall consist of the current state of the art Computer Numerical Control (CNC) and Personal Computer (PC) technology. The system shall include a Video Graphics Adapter (VGA), flat panel display for visual output, teach pendant with minimum of 50foot cord, and standard QWERTY keyboard and mouse for input. The screen size shall be a minimum of 10.4 inch TFT, color. The system shall contain a minimum of a 40 gigabytes hard drive, 128 megabytes of RAM memory, 3 ? inch 1.44Mb floppy drive, Compact Disk Read/Write (CDRW) drive and LAN support. The system shall be housed in a NEMA 12 enclosure with adequately designed cooling fans and air filtration. The software shall be Windows NT/ Windows 2000 based and open architecture to allow for simple upgrading and maintenance. The system control software must be compatible with standard CAD/CAM packages such as AUTOCAD and Pro Engineer. The system shall be designed to operate in industrial work environment. The system shall include a wrist-mounted cutting head mounted on a gantry system. The head shall provide kinematics positioning for cutting flat and contoured parts in 2, 3, or 5 axis of motion. The movement of the head shall be fully programmable servo screw in all directions. The system shall allow full 3D cutting automatically and shall prove an accuracy of plus or minus .005 inch for material thickness greater than 1 inch. Z-axis shall provide a minimu m of 24 inches of travel in the vertical direction. X, Y, and Z-axis shall provide accuracies of plus or minus inch. The X and Y-axis shall allow full travel for plate size 8 foot by 20 foot. The cutting table shall be constructed of high-grade material able to support the weight of various work material. The table shall be large enough to allow the cutting and machining of an eight foot by twenty foot sheet of steel armor plate. The. The catch tank shall contain the spent grit, scrap metal shavings and used water to meet all EPA and OSHA requirements. The system shall provide for submerging of the materials for noise suppression. The system shall include a self-cleaning function to eliminate manual cleaning by personnel. The water shall be recycled to minimize cost of potable water generation and industrial waste disposal. The abrasive hopper shall provide a continuo us supply of garnet to the cutting nozzle. The hopper shall have an audible low-level alarm for abrasive supply. The pumping system shall provide a minimum of 60,000 PSI and shall be direct or intensifier based. The cutting system shall have Emergency Stop Buttons and or pull cords located at various strategic locations to safeguard personnel. The teach pendant shall also have stop and emergency stop buttons. The System shall meet all applicable EPA and OSHA codes for CNC and robotic systems. CLIN 0002: The contractor shall include 4 days of training for 6 operators and 6 maintenance personnel on site. Five (5) additional sets of operator and maintenance manuals shall also be provided. A qualified and trained contractor representative will be on site to supervise the assembly and installation of the system. The contractor shall provide System delivery and off loading . All travel and other incidental expenses shall be in accordance with the JFTR, Volume II, and may be accessed at www.dfas.mil. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine best value to the Government: Lowest Price, Technically Acceptable. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3, Offeror Representations and Registrations ? Commercial Items; 52.212-4 Contract Terms and Conditions ? Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (incorporating: 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government , 52.219-8, Utilization of Small Business Concerns, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor ? Cooperation with authorities and remedies; 52.225-1, Buy American Act ? Balance of payments program - supplies; 52.225-13, Restrictions on certain foreign purchases and; 52.232-33, Payment by electronic funds transfer - CCR); 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.243-1, Changes; 252.212-7000, Offeror Representations and Certifications ? Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Def ense Acquisitions of Commercial Items (incorporating: 252.205-7000, Provision of Information to Cooperative Agreement Holders); 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation ? Commercial Items with their offer. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be eligible for award. If a change occurs in this requirement, on ly those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 14 May 2003, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Base, Albany, GA, Contracting Dept.
- Record
- SN00294125-W 20030404/030402231541 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |