SOLICITATION NOTICE
34 -- Milling Machine, knee machining center, Explosion-proof
- Notice Date
- 7/28/2006
- Notice Type
- Solicitation Notice
- NAICS
- 332710
— Machine Shops
- Contracting Office
- RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W813LT60527050
- Response Due
- 8/11/2006
- Archive Date
- 10/10/2006
- Small Business Set-Aside
- Total Small Business
- Description
- 8. (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; pro posals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W813LT 6052-7050. This acquisition is issued as an Request for Quotation. (iii) The solicitation document and incorporated provisions and clauses a re those in effect through Federal Acquisition Circular 01-27 (iv)This acquisition is set-aside for Small Business. The associated NAICS code is 332710. The small business size standard is 500. (v) The following is a list of contract line item number(s ) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001Milling Machine, Knee Machining Center, Explosion Proof, 1 ea (vi) Description of requirements: The above equipment is manufactured by Republic Lagun CNC and is being solicited on a Brand name or Equal basis. This Milling machine, Knee Machining Center, is required for machining hazardous and explosive materials such as Magnesium, solid rocket fuel, etc., machining in vaporous environments, must have the abil ity to be remotely operated, and view operations by video camera. The salient characteristics of the milling machine are as follows: Explosion proof operation such that all local electric components meet the NEC requirements for Class II, Division I and II Groups E, F, and G per NFRP 70 Article 500. Remote operation controls for spindle start/stop and feed start/stop and emergency stop. Remote controls are not required to be explosion proof. All solid and flexible electrical conduit include explosive sealers at all connections at electrical enclosures and motors. All motors specially sealed as per explosion proof requirements. Purge system for control cabinet and machine electric components with independent purge system. Computer Numerical Control of all machining operations via multi processor PC based computer system with 64 Mbytes of RAM and a minimum 2.1GB hard disk drive , 3.5 inch floppy disk drive, 2 serial and 1 parallel ports, RS-232 I/O port and alphanumeric data input keypad and output dis played on color graphics monitor. System shall also have integrated CAM feature, enhanced mold and die capability. Offline software and manual pulse generator shall be included. Software capabilities: Editing, programming, simulation graphics, self diag nostics, and tool library. Available automated machining cycles, drilling, peck drilling, boring and tapping circles, bolt-hole circle, rectangular pocket, circular pocket, frame pocket, hole mill, mold rotation, elbow milling, draft angle pocket. Operat ion capability in automatic or manual modes. 7.5 HP/679ft-lb of torque (at 58 rpm) spindle motor with high-low geared head, spindle speed range adjustable from 55-4,250 RPM. Adjustable tool feed rate from 0.1-250 inch/minute. Working envelop of 32inches by 17inches by 7inches. Overall accuracy +/-0.0004 inch. Measurement resolution to +/-0.0001 inches output/input. Table to spindle clearance 19.25 inches maximum. Table size 58 inches x 11 inches deep, travel to 32 inches (X axis), Table saddle to 17i nches (Y axis), Table Quill to 7inches (Z axis). Knee travel 16inches. Water based flood coolant system. Size not greater than 105inches x 78 inches x 97inches . Power Requirements, 208 volts, 60 Hz 3 phase. (vii) Delivery is required by 160 days af ter date of award. Delivery shall be made to US Army Research Laboratory, Receiving Section, Bldg 434, APG, MD 21005. Acceptance shall be performed at Bldg 1119B, APG, MD. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Off erors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (i) The provision at FAR 52.212-2, Evaluatio n - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance, and price. The technical capability and past performance are of equal importance and when combined are slightly more important than price. The technical evaluation will assess that an offer conforms to the salient characteristics in paragraph vi. above and shall be soley based on information furnished by the vendor. The g overnment is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrati ons, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicit ation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated bases on information provided by the offeror as to actual sales of the p roposed product to industry or government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules, and warranty and maintenance reputation. Offerors must include records of three recent sim ilar sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantages to the government, price, and other fac tors considered. The government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commer cial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Execu tive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6; 52.211-6; 52.219-8; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-3 6; 52.222-37; 52.225-15; and 52.232-33 (xiii)The following additional DFARS contract requirement(s) or terms and conditions apply: 252.212-7000; 252.212-7001; 252.225-7001; 252.225-7012; 252.225-7016; 252.232-7003; and 252.247-7023 Alt III. Clauses and pr ovisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. The following local clauses apply: ARL-B-004-4409; ARL-B-004-4411; ARL-H004-4408; ARL-G.032-4418; ARL-H.005-4401; ARL- H.0114401 Alt I; ARL-B.016-4407. Clauses can be obtained at http://w3.arl.army.mil/contracts/lkosol.htm (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as none (xv) The following notes apply to this announcement : None (xvi) Offers are due on 8/11/06 by 11:59PM EST, at US Army Research Laboratory, RDECOM, AMSRDACC-AA, Bldg 434, Aberdeen Proving Ground, MD 21005. (xvii) For information regarding this solicitation, please contact Jean Craig, Contract Specialist v ia email to jcc@arl.army.mil. No telephone requests will be honored or accepted.
- Place of Performance
- Address: RDECOM Acquisition Center - APG Contracting Division ATTN: AMSRD-ACC-AA, Bldg 434 Aberdeen Proving Grd MD
- Zip Code: 21005-5066
- Country: US
- Zip Code: 21005-5066
- Record
- SN01100662-W 20060730/060728221049 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |