MODIFICATION
34 -- Cutting Machine and retrofit of existing cutting machine
- Notice Date
- 9/3/2009
- Notice Type
- Modification/Amendment
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-09-T-0061
- Response Due
- 9/8/2009
- Archive Date
- 11/7/2009
- Point of Contact
- adrian.barber, 301-394-1503
- E-Mail Address
-
RDECOM Acquisition Center - Adelphi
(adrian.troy.barber@arl.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this amendment is to modify the combined synopsis/solicitation previously published on 19 Aug 09 as follows: 1. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911QX-09-T-0061. This acquisition is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. Delivery is required by 12 weeks from date of award. Delivery shall be made to the Army Research Laboratory, Building 1115, Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed at APG, MD. The FOB point is Destination. 2. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 heavy duty gantry, 400 amp High Definition (HD) Plasma/Oxy-Fuel cutting system, CLIN 0002 retrofit of an existing Koike Aronson, Inc., Oxy-Fuel cutting system with a Hypertherm Automation Voyager III CNC Controller and SERCOS AC Servo drive system. 3. Salient Characteristics:: CLIN 0001: heavy duty gantry, 400 amp High Definition (HD) Plasma/Oxy-Fuel cutting system. The new Plasma/Oxy-Fuel cutting system shall include the following specifications as minimum requirements: A three (3) axis gantry with rack and pinion drives, A fourteen (14) foot effective cutting length, 6.5 Meter Precision Machined T Rail w/Floor Leveler Pads, One (1) semi automatic Cascade style SA, or equivalent, water table with 10 x 14, minimum, working area, Two (2) Saddle Risers to accommodate 37 inches table slat height, Hypertherm Voyager III CNC control system with SERCOS Interface, Communications software for Network interface, Communication equipment for upload/download to existing CAD system. Fiber Optics/Ethernet cable/Wireless system, Hypertherm plasma system control interface, or equivalent, Automatic Plasma Torch Height Control, Hypertherm Hy-Performance HPR400xd Amp Plasma System with Auto Gas Console, air powered compressed air booster pump for plasma system, bevel angle with Collision Detection Mount for Plasma torch, Auxiliary Gas Input Package, Remote Current Control and Height Control integrated into the CNC, Motorized Plasma Torch Station, Motorized Oxy-Fuel Master Carriage Torch station with individual Gas solenoids, two (2) Oxy-Fuel slave carriage torch station with individual gas solenoids, three (3) Tip-to-Material Oxy Fuel Torch Igniters, Heavy Duty Oxy-Fuel digital gas control system, Complete turn-key installation and training at ARL. LARGE GANTRY: The heavy duty 3 axis gantry shall have rack and pinion drives. It shall also have a minimum cutting width of 120 inches with parking area for a minimum of three (3) stations. The gantry shall have a top mounted Dual-Linear Rail cross beam guiding system with Protective Bellow covers. It shall also have Fiber-Optic SERCOS digital AC drive amplifiers and Bosch RexRoth AC brushless motors, absolute encoders, along with Alpha precision heavy duty gearboxes. The gantry shall have a maximum machine speed of not less than 600 ipm. This gantry shall be able to accommodate minimum cutting table surface heights of thirty five (37) inches for up to eight (8) inch material. The machine positioning accuracy shall be, minimum, +/- 0.007 inches in both the X and Y axis over a six foot by six foot area. The machine repeatability shall be, at minimum, +/- 0.003 inches. The contractor shall provide all support structure and mount the power track shall be overhead to the building beam system. The cutting system shall have high speed plasma station with AC brushless servos, enclosed linear way slide, enclosed front end, SERCOS communication and height/operating voltage control integrated into the Voyager CNC control. The station shall have arc voltage control, a linear positioner, an omni directional crash protection system, and height sensing. The torch station shall also be capable of angling the plasma torch up to 45 degrees either towards the left rail or the right rail. The oxy-fuel gas control system shall be an integrated system with electronically controlled gas pressures which are adjustable through the Voyager controller. Mounted on the gantry shall be an air powered booster pump to ensure proper operating air pressure to at least two HPR400xd systems, regardless of shop air input pressure. The high definition plasma/oxy-fuel cutting system, when installed and fully functional, shall be of an overall outside dimension such that there will be a minimum of three (3) feet aisle space to the facilities shop front wall and shall not extend beyond the aisle side of the existing cutting machine. RAIL SYSTEM: The rail system shall be floor mounted 6.5 Meter Heavy duty machined T rail, dual side drive rack and hardware. Mating rail sections shall be tongue and groove to provide positive rail alignment. Total rail system length = 21 ft. 6 in., Effective cutting length = 14 ft. 11 in. CONTROLLER: The controller shall be Windows based running, at minimum, Windows XP on a 2.5GHz or greater Intel Processor. The system shall feature network connectivity and USB support. The Controller shall have the following minimum characteristics: 15 inches TFT Color Liquid Crystal Display with Industrial Touch Screen, 1 GByte RAM, Integrated Ethernet port, SERCOS Fiber Optic I/O Controller, three (3) USB ports 2 on front panel / 1 on rear of cabinet, two (2) RS-232/422 serial communication ports, on-screen displays such as actual machine speed, axis speed, position, servo error, etc., Automatic Referencing, Mirror or Rotate Part Programs, True Geometric Kerf with Kerf Override, Program Parking, Skewed Plate Alignment, Real-Time Graphics, Jog off contour and return or relocate, Shape Library with Interactive Graphical Preview, Unlimited Backup-On-Path. Communications software for program upload/download, Plasma control interface, Plasma consumable monitoring and on screen part # display, Integrated full function plasma control from the controller. (No Manual Settings), Phoenix 8 CNC Software w/HyperNest CNC Package, DXF direct import capabilities with automatic lead in/out placement. PLASMA CUTTING SYSTEM: Hypertherm HyPerformance HPR 400xd Plasma System With Auto Gas Console (including start up consumable kit), or equivalent, rated for 400 amps at 100% duty cycle with an output range of 30 to 400 amps. The cutting system shall be capable of high speed, precision, production cutting, and argon and nitrogen plasma marking all from the same torch, selectable on the fly. The system shall have an integrated control system with electronically controlled plasma gas flow, start gas flow, and shield gas mixing which are adjustable through the controller. Torch shall be of a quick release body design for rapid change out of consumables, water cooled to the front end shield, internal ohmic contact sensing and capable of using the same consumables to mark, cut and bevel to include power pierce capability up to inches off the plate. The plasma system shall also include a water cooler/recirculator with flow and level monitoring. Pierce rating shall be no less than 2 inches on carbon steel and 1-1/2inches on aluminum. AUXILIARY GAS INPUT BUNDLE: The contractor shall include the input hoses, filters, and fittings for Argon-Hydrogen (H-35), Nitrogen-Hydrogen (F5), Air, Oxygen and Nitrogen gases used by the cutting system to cut material. WATER TABLES: One (1) cascade style Semi-Automatic water table with the following characteristics: Overall inside usable length of 14 -0inches, Overall inside usable width of 10 0 inches, Table height to bottom of work piece is 36 inches, The overall outside dimensions of the water table shall be compatible with the cutting machine, Overall height from floor to bottom of work piece shall be 37 inches, Tank sidewall dimension above bottom of work piece is 6inches, Capable of handling a maximum plate thickness of 8inches, inches X 6 inches table bars spaced on nominal 8inches center, table to have two (2) frames to support the cutting bars. Beneath the bars shall be a wire mesh to prevent parts from falling through, but will allow slag and dross to fall to the air chamber below, table air chambers shall be sloped to the center of the table with slag buckets running the length of the table in the center. When water is cycled it shall cascade down the air chambers washing the slag and dross into the slag buckets. The table shall include a minimum of two (2) portable slag collection containers which are easily removable for convenience in cleaning, Automatic water level control providing 3-position control of water level to facilitate table cleaning and plate processing, various cutting processes: oxy-fuel, plasma and underwater plasma each require a different water level. Response time between lower water and high water position ranges from 30 90 seconds depending on table size and shop air, The table shall be painted on (1) coat shop primer and one (1) coat (exterior walls only) finish machinery enamel. Color should match cutting machine. Water table ancillary equipment to include: Cutting bar retainers (for magnetic plate handling), Aeration system for aluminum cutting, Slip-on squaring stops (to align plate) with standard 3inches stop for squaring in the length and width dimension, Air line filter-regulator unit (1-1/2inches) to filter out liquid and solid particles larger than 5 microns, Set of stairs approximately 30inches in height, consisting of four steps, for easy access on and off water table cut surface. Spare parts kit that includes: 1pc #223-E air cylinder, 1pc #218-E seal plate, 1pc #238210-032-D coil for 1inches, 1-1/2inches & 2inches air and water solenoid, 1pc #238610-132-D coil for cylinder control solenoid, 1pc #224-N liquid level switch, high 1pc #224-K liquid level switch, low 1pc #224-C selector switch, 1pc #220-AC air filter. CLIN 0002: Retrofit of an existing Koike Aronson, Inc., Oxy-Fuel cutting system with a Hypertherm Automation Voyager III CNC Controller and SERCOS AC Servo drive system. The Voyager III retrofit of existing Koike Aronson cutting system shall include the following specifications as minimum requirements: Hypertherm Voyager III Controller w/SERCOS Interface, SERCOS AC Servo Drive system with rack and pinion drives, New servo I/O cabinet, New Operators Console, three (3) each Bosch RexRoth AC Motors/ Alpha Gearboxes/Absolute Encoders, associated motor brackets, new pinions, new cabling, network communications to existing CAD system, complete turn-key installation and training. 4. Description of Requirement/Statement of Work: C.1 The Contractor shall remove and disassemble an old Koike cutting machine from the metal fabrication shop, Building 1115 at the Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), MD. The Government will provide a crane, crane operator and forklift if needed. The old cutting machine shall be removed from Building 1115 and placed on the premises in an area designated by the Contracting Officers Representative (COR). The Contractor shall provide and install a new heavy duty gantry, 400 amp High Definition (HD) Plasma/Oxy-Fuel cutting system. The Contractor shall install all fuel gas, oxygen and nitrogen piping, regulators, filters, valves and supply lines from the plasma system and oxy-fuel systems to ARLs oxygen bulk tank, nitrogen manifold and fuel gas supply system. The Contractor shall provide all material and labor to provide networking communication for upload/download to existing CAD system. The Contractor shall supply and install dual automatic switching manifolds for all cylinder gases used, including H35 (20 cylinders) and F5 (8 cylinders). The Contractor shall ensure that they are connected to alarms that are integrated into the system to alarm when gas pressure reaches a factory pre-set low pressure switch-over setting of 105 psig and automatically switches over to the other side of the manifold. The Contractor shall include all parts, equipment, material, and labor to mount, install, and plumb the manifolds to operating condition. The locations of manifolds will be determined by the COR. The Contractor shall ensure that hazards inside the plasma cutting table are guarded against unauthorized access. The Contractor shall ensure that clearly visible signs and symbols are provided to warn personnel in the area, and that interlocks, safety mats and redundant deactivation systems are provided to guard against accidental access to the torch head and moving parts. The Contractor shall ensure that guards are removable to facilitate inspection, maintenance, or repair. The Contractor shall supply all safety equipment necessary for the safe operation of the plasma cutting system. The Contractor shall ensure that asbestos and materials containing asbestos are not used in or on the equipment. The Contractor shall ensure that this is a complete turn-key installation, including site layout, machine beam and rails and gear rack, water table including all air and water supply plumbing, plasma power supply including earth ground rods, and gas manifolds. The Contractor shall be responsible for supplying all parts, equipment, tools, and labor required to install the equipment provided under this contract. This shall include off-loading equipment, moving it to the installation site, positioning and installing floor mountings. The Contractor shall make all connections to existing utilities necessary for operation. The Contractor shall remove and dispose all packaging and preservative material. The Contractor shall remove and dispose from the Government site, all crating and debris. The plasma cutting table components shall be subject to a quality conformance inspection, performed by a designated ARL representative, to determine compliance with this specification. C.2 The Contractor shall retrofit the existing Koike Aronson cutting system currently located in Building 1115. The Contractor shall provide and install a controller with the same salient characteristics used with the new heavy duty gantry, 400 amp HD Plasma/Oxy-Fuel cutting system. The Contractor shall retrofit the existing cutting system with a new operator console with all controls for torch stations and ancillary equipment not controlled through the controller. The Contractor shall ensure that the drive system is SERCOS AC digital servo controlled and is fully integrated into existing machine. The Contractor shall determine if a post processor shall be necessary to process cutting from the CAD system to the machine. If so, the Contractor shall develop, test, and deliver the post processor when the new cutting system (paragraph C.1) is delivered to ARL. The Contractor shall provide all material and labor to provide networking communication for upload/download to existing CAD system. The Contractor shall supply all materials and labor to disconnect, dismantle and move existing Koike Aronson BPH plasma/oxy-fuel cutting system to an area designated by the COR. The Contractor shall not remove dismantled components from ARL property. The Contractor shall place removed components in a location designated by the COR. C.3 SECURITY, SAFETY AND FIRE PREVENTION The Contractor shall adhere to Occupational Safety & Health Administration (OSHA), National Fire Protection Association (NFPA), and American National Standards Institute (ANSI) requirements for Security, Safety, and Fire Prevention. The Contractor shall ensure that all workmanship and the plasma cutting machines meet all applicable requirements, as follows, at the date of manufacture and/or retrofit: C.3.1 GOVERNMENT DOCUMENTS U.S. Department of Labor: General Industry, Occupational Safety & Health Administration (OSHA) Safety Health Standards (21 CFR Subpart J) CFR Title 29, Chapter XVII, Part 1910 Occupational Safety and Health Regulations (copies may be obtained from http://www.osha.gov/) C.3.2 NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) NFPA Standard 51 Design and Installation of Oxygen-Fuel Gas Systems for Cutting, NFPA Standard 70 National Electric Code, NFPA Standard 79 Electrical Standard for Industrial Machinery (copies may be obtained from http://www.nfpa.org/) C.3.3 AMERICAN NATIONAL STANDARDS INSTITUTE(ANSI) IEC 60974 2005 Safety and Performance requirements of plasma cutting systems (copies may be obtained from http://ansi.org/) C.4 LUBRICATION: The Contractor shall ensure lubrication is applied to all moving parts. The Contractor shall ensure that all oil holes, grease fittings and filler caps are accessible. C.5 ENERGY EFFICIENCY: The Contractor shall ensure all cutting machine equipment be designed and constructed to be 0.98 energy efficient @ 400 ADC output. C.6 PCB RESTRICTION: The Contractor shall ensure that equipment and materials containing Polychlorinated Biphenyl (PCB) are not shipped to ARL. C.7 SERVICE/WARRANTY: The Contractor shall provide on-site repair service, within an eight (8) hour notice of machine breakdown, and consulting service for a period of two (2) years. Contractor shall warrant all materials furnished in the manufacture of this machine and retrofit, to include parts for a period of one (1) year and all labor for a period of two (2) years. C.8 PRESERVATION, PACKING, AND SHIPPING: The Contractor shall utilize standard methods for preservation and packaging appropriate for the components and acceptable to commercial carriers. The Contractor shall ensure that all areas susceptible to damage from exposure to the elements are preserved and/or packed to prevent damage. The Contractor shall be responsible for ensuring that the equipment is delivered to ARL in good condition. C.9 DESIGN AND INSTALLATION: The Contractor shall provide all parts, labor, and services for the design, fabrication and installation of the plasma cutting system, retrofit and associated equipment. The Contractor shall provide competent U.S. citizens to install, place the system in operation, and to conduct the acceptance tests and training of depot personnel. The Contractor shall be fully responsible for the offloading, installation, activation, and testing of the system and shall remain on site until system activation and testing has successfully been completed. C.10 BADGES: All Contractor employees must be United States citizens. Cases of dual, or multiple, citizenships may be disqualifying and will be reviewed by Army Research Laboratory (ARL) security personnel for determination. C.11 USE OF PORTABLE GAS OR ARC EQUIPMENT: The Contractor shall obtain a permit, from the ARL Fire Department, to use portable gas or arc equipment for cutting, welding or open flame operations. The Fire Department will require one (1) day advance notice to permit necessary inspection before actually starting work, and notification when work is finished to allow for re-inspection. The Contractor shall take necessary precautions to prevent fires IAW NFPA Standard No. 51B. The APG Fire Department phone number is 410-306-0572/0573 C.12 SPILLS: The Contractor shall immediately report any spills or releases of materials or wastes to the COR, the ARL Fire Department, and the ARL Environmental Office. (If there are any spills, the Contractor shall call 410-306-0572/0573. Any such spills or releases generated by the Contractor shall be contained, cleaned and disposed of by the Contractor per the direction of the ARL on-scene coordinator. C.13 PROJECT SCHEDULE: The Contractor shall provide a project schedule within 15 days after receipt of the contract, to include a timeline for material delivery, installation, testing and training. The Contractor shall ensure that the schedule format is submitting in Microsoft Project or PDF. C.14 UTILITIES: The Government will provide utilities for the installation and operation of the plasma cutting system within 10 of the equipment disconnect. C.15 UTILITIES C.15.1 The Contractor shall provide certified utility requirements within 10 days after receipt of the contract. The Contractor shall ensure that this includes type, quantity, and size of required utilities (at a minimum volts, amps, gpm, psi, and cfm). C.15.2 ROUTING: All utilities must be routed overhead, or on the floor, or in the ground and shall be determined by the COR based on Contractors design and installation of the new machine (C.9). The main longitudinal powertrack shall be mounted overhead on Contractor provided support system. If utilities are routed on the floor, a toe kick must be installed and fastened over the utilities. The toe kick must be removable and have a low profile for safe foot traffic and navigable for wheeled carts/toolboxes. If the utilities are required to be installed in the ground, they must be put in a chaseway (see C.15.5). If the utilities are to be routed overhead, the contractor is responsible to verify with the COR the path of the utilities and all materials and labor to run them overhead. This shall include stand offs, brackets, and elevated supports. C.15.3 FIELD VERIFICATION: The Contractor shall verify all measurements, locations of structures and utilities, and any other physical conditions which would affect the progress, or quantity of work. Any errors by the Contractor, including those due to omission of field verification, shall not be the basis for any increase in contract price. Where existing utilities or other obstructions interfere with the progress of the contract, the Contractor shall provide all materials and labor to relocate all obstructions as required and approved by the COR. C.15.4 SPECIAL FOUNDATION: The Contractor shall be responsible for determining if the equipment requires a special foundation to meet the requirements of this specification. The Contractor shall inspect the installation site. If a special foundation is required, the Contractor shall prepare certified drawings of the proposed foundation including all calculations. The Contractor shall ensure that the drawings bear the seal and signature of a professional engineer and shall be submitted to the COR at least ten (10) weeks before the scheduled start of the equipment installation. The drawings shall be approved by the COR prior to any work being performed on the depot. The Contractor shall provide all materials, equipment, and labor necessary for the removal and disposal of the existing slab, excavation, grading, and installation of the new foundation. The Contractor shall remove and dispose of all excavated material and other excess material from the depot in accordance with Federal, State and local regulations. C.15.5 UTILITY CHASEWAY If a chaseway is determined to be required by the Government per the Contractors design and installation (C.15.2), the Contractor shall install the chaseway in the floor if the machine requires the utilities, cables, and piping to run along the floor. The Contractor shall ensure that the chaseway has a removable steel plate cover. The Contractor shall inspect the installation site and prepare certified drawings of the proposed floor chaseway including all calculations. The Contractor shall ensure that the drawings bear the seal and signature of a professional engineer and shall be submitted to the COR a least eight (8) weeks before the scheduled start of equipment installation. The drawings shall be approved by the COR prior to any work being performed on the depot. The Contractor shall provide all materials, equipment, and labor necessary for the removal and disposal of the existing slab, excavation, grading, and installation of the new chaseway and steel cover plate. C.16 DISPOSAL OF MATERIALS AND EQUIPMENT: All salvageable materials and equipment removed by the Contractor shall be delivered to an on base site as directed by the Contracting Officer, or his representative and shall remain the property of the Government. Delivery shall be made during normal operating hours of the receiving activity and location shall be determined by the COR. No Government materials or equipment shall be removed from the installation by the Contractor. The Contractor shall remove and dispose of all packing, packaging, and scrap material accumulated during the performance of the contract. C.17 DUST CONTROL: The Contractor shall control the amount of dust generated during the installation of the system foundation and components, and shall prevent the spread of dust to occupied portions of the building. The Contractor shall not use water for dust control when it will result in, or create, hazardous or objectionable conditions such as ice, flooding or pollution. C.18 PROTECTION OF EXISTING STRUCTURES AND EQUIPMENT: The Contractor shall take all necessary precautions to ensure against damage to existing structures and equipment to remain in place. C.19 WIRING: The Contractor shall ensure that all electrical work and materials are in compliance with the National Electrical Code and National Electrical Manufacturers Association. The Contractor shall ensure that all electrical installations are inspected and accepted by a certified electrician. All work shall be subject to inspection by Government electricians. C.20 PIPE: The Contractor shall install schedule 40 (minimum) black steel pipes and all valves necessary to provide the equipment with air and water supplies. C.21 FLUIDS: The Contractor shall provide all necessary fluids and chemical additives required for the start-up and proper operation of the plasma cutting system. The Contractor shall submit all Material Safety Data Sheets (MSDS) for the necessary fluids and chemicals to the COR for approval within 30 days of award of contract. C.22 The Contractor shall be responsible for determining and obtaining all necessary permits, fees, licensing, insurance, and bonding to perform and complete the installation. C.23 The Contractor shall furnish two (2) copies of the following commercial data. The commercial data shall be available for use during installation and training of Depot personnel. A. Operator Manual, B. Maintenance Manual, C. Utilities and System Schematic Drawings, D. Repair Parts Catalog and E. Component Parts/Repair Parts Manual for Commercial Items. C.24 The Contractor shall be responsible for developing test procedures to demonstrate compliance with the requirements of this specification. The Contractor shall submit all test procedures to the COR for approval prior to the start of testing. The Contractor shall ensure that the equipment is tested at the Contractors facility prior to shipping of the equipment. After successful completion of the validation testing, the Contractor shall ship the equipment to ARL and perform the same testing to verify successful completion of installation and comparison to test results from Contractors facility. C.25 The Contractor shall be responsible for providing onsite training for five (5) ARL personnel, at a minimum, in the operation of the plasma cutting table, all controls and software and for three (3) ARL personnel in the electrical and mechanical maintenance of the equipment supplied under this contract. The Contractor shall ensure that all instructions, oral and written, are in the English language. The COR will coordinate and provide a list of individuals to be trained. The Contractor shall perform onsite training upon successful completion of all installation and test specifications. C.26 The Government will perform final acceptance within 14 days of successful completion of all provisions of this contract. 5. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. 6. The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: 1) The technical capability of the proposed vendor to meet the description of requirements listed above in the Description of Requirements, 2) Past Performance All offerors are to provide a documented history of providing similar systems and response. Submit the company name and provide a point of contact and telephone number, and 3) total price. Technical and past performance, when combined, is more important than price. In addition, the equipment furnished shall be new and of the latest proven model and design. All equipment and components shall be of industry standard use. The equipment shall be designed and fabricated by a manufacturer regularly engaged in the production of this type of equipment and shall be in stock or producible within a reasonable period of time. The manufacturer of this equipment shall have successfully made and installed this type of equipment in the past to industry and government facilities, other than for personal use. All parts and materials used in the manufacture of this equipment shall be new and unused. All parts and mechanisms subject to periodic adjustment, replacement, or servicing shall be available within an eight (8) hour notice of machine breakdown for a period of two (2) years. Also, the equipment shall be supplied and installed by a contractor regularly engaged in the installation and service of plasma cutting systems, plasma controllers, and the integration of those systems. The contractor and vendor(s) of the plasma equipment shall have a successful history of fabricating and installing automated plasma cutting equipment for industry and government facilities, other than their own use. The contractor shall submit information of recent completed plasma system installations. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. CAUTION TO OFFERORS: The purchasing activity is not responsible for locating or securing any supporting information. Accordingly, to ensure that sufficient information is available, the offeror must furnish as part of its proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity (i) to determine whether the product offered meets the specifications of the RFQ; (ii) to establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award, and (iii) to evaluate the proposal in accordance with the evaluation criteria. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. Price will be evaluated based on the total proposed price, including options, (if any).Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. 7. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. 8. 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. 9. 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 Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-3, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-33, DFARS 252.205-7000, 252.209-7001, 252.225-7001, 252.225-7012, 252.232-7003 and 252.247-7023. Clauses and provisions can be obtained at http://www.arnet.gov. 10. The following additional contract requirement(s) or terms and conditions apply: ARL Provisions 52.004-4431, 52.005-4401, 52.006-4400, 52.032-4418, 52.005-4401, 52.037-4400, 52.037-4402, 52.037-4403, AMC-Level Protest Program (Oct 1996) and US Army RDECOMAC Adelphi Contracting Division Website. Provisions can be obtained by contacting Adrian Barber, Contract Specialist, 301-394-1503, adrian.troy.barber@arl.army.mil. 11. Offers are due on 08 September 2009, by 11:59 pm, Eastern Time, via email to adrian.troy.barber@arl.army.mil. 12. For more information regarding this solicitation, please contact Adrian Barber, Contract Specialist, 301-394-1503, adrian.troy.barber@arl.army.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD17/W911QX-09-T-0061/listing.html)
- Place of Performance
- Address: US Army Research Laboratory ATTN: AMSRD-ARL-WM-MC, Building 1115 APG MD
- Zip Code: 21005-5001
- Zip Code: 21005-5001
- Record
- SN01939703-W 20090905/090904001202-7777cedb83ac9552899e70a657c32f80 (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 |