SOLICITATION NOTICE
34 -- Electric Discharge Machine
- Notice Date
- 11/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333512
— Machine Tool (Metal Cutting Types) Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-12-T-0008
- Archive Date
- 12/2/2011
- Point of Contact
- Melissa Bucci,
- E-Mail Address
-
melissa.bucci@navy.mil
(melissa.bucci@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number N68335-12-T-0008 is listed as a request for quotation (RFQ) for one (1) Electric Discharge Machine for the Metallography Laboratory in Patuxent River, MD with the salient characteristics as provided under item (vi) below. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-53. (iv) The solicitation is open to small businesses only. The North American Industrial Classification System (NAICS) code for this procurement is 333512 with a small business size standard of 500 employees. (v) Contract Line Item Number (CLIN) is as follows. CLIN 0001 - Description: Electric Discharge Machine Part Number (P/N): (provide P/N) Qty: 1 ea. Provide pricing for the unit price / each: tiny_mce_marker_________ OPTION CLIN 0002 - Description: Wire Chopper Part Number (P/N): (provide P/N) Qty: 1 ea. Provide pricing for the unit price / each: tiny_mce_marker_________ OPTION CLIN 0003 - Description: Auto Wire Loader Part Number (P/N): (provide P/N) Qty: 1 ea. Provide pricing for the unit price / each: tiny_mce_marker_________ OPTION CLIN 0004 - Description: Additional illumination for work area Part Number (P/N): (provide P/N) Qty: 1 ea. Provide pricing for the unit price / each: tiny_mce_marker_________ OPTION CLIN 0005 - Description: Specimen holding clamp set Part Number (P/N): (provide P/N) Qty: 1 ea. Provide pricing for the unit price / each: tiny_mce_marker_________ Only new original equipment manufacturer (OEM) items may be offered. Reconditioned or used items will not be accepted. This procurement will utilize salient characteristics. All offers meeting or exceeding the technical specifications will be evaluated. Award will be made to the lowest priced, technically acceptable offeror. (vi) The Electric Discharge Machine, as well as the priced Option CLINs listed above, must possess the following salient characteristics to meet the program's requirement: CLIN 0001. Electric discharge machining (EDM) • Machine style, size, and construction: o Machine shall be submersion style; o Work piece access shall be through a frontloading door that can be easily operated manually; o When the frontloading door is closed there shall be full table access to the work-tank; o Footprint shall be no greater than 110" x 110"; o Unit weight shall be less than 6500 lbs; o Each component of the unit must be able to fit through a standard double door (68" x 81") without disassembling major components; o Servo-closed loop control; o Ergonomic construction; o Constructed from durable corrosion resistant material. • Machine motion and working area: o Servo-closed loop control; o Internal worktank size of 29" x 21.5" x 9.5' or greater; o Capable of supporting a work piece of 950 lbs or greater; o Capable of producing a surface finish of 2 microns or better; o X axis travel of 12.5" or greater; o Y axis travel of 9.5" or greater; o Z axis travel of 8.5 " or greater; o U axes travel of +/- 1.25 or greater" o V axes travel of +/- 1.25 or greater" o X-Y positioning accuracy of +/- 0.0005" o AC servo axes drive motors with direct coupled ball screws. • Wire feed system: o Capable of accepting 0.004' to 0.012" wire diameter; o Diamond upper and lower wire guides; o Capable of accepting 35 lbs wire spools or greater; o Wire tension of 300g to 2000g; o Wire feed rate of 0 to 550 IPM. • Dielectric fluid system: o Automatic wire threading; o Capable of operating using deionized water as dielectric fluid; o System compatible chiller unit; o Resin bottle of 1 ft3 or more; o Filtering precision of 3 microns or less; o Automatic dielectric resistivity control. • Operator interface: o Liquid crystal color display unit of 15" or greater; o G-code programming; o OEM programming software or equivalent; o Must be Windows XP and Windows 7 compatible; o Second source controllers are not acceptable. • Power supply: o Transistor driven, pulse generator; o Capable of being operated in AC or DC; o Supports variable cutting voltages; o Supports variable On/Off times; o Supports variable servo voltages; o Programmable flushing. • Rotary table: o Including all tooling, fixturing, and hardware required to interface with the system; o Includes collet holder; o Capability for interfacing with the primary controller. • Vice: o A workpiece vice with a clamping range up to 6", capable of supporting workpieces up to 30 lbs. • Training: o In-house training utilizing the purchase equipment; o Minimum of 3 days basic training for a minimum of 3 people (training to be conducted as a group); o A minimum of 1 printed and 1 electron copy of the operators manual; o A minimum of 1 printed and 1 electron copy of the maintenance manual or equivalent. o All required training course materials. • Installation and demonstration of operation. • Warranty: o A minimum of two years parts; o A minimum of one year labor. Options CLINs: - The option CLINS can be exercised in whole or in part 180 days after the contract award date. CLIN 0002. Wire chopper • Including all tooling, fixturing, and hardware required to interface with the system. CLIN 0003. Auto wire loader • Including all tooling, fixturing, and hardware required to interface with the system. CLIN 0004. Additional illumination for work area • Including all tooling, fixturing, and hardware required to interface with the system. CLIN 0005. Specimen holding clamp set • Includes clamping jaws and support bolts. (vii) All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery of the unit shall occur no later than 30 March 2012. Inspection and Acceptance is at Destination. Units are to be shipped FOB destination to the following address: NAVAIR 48066 Shaw Road Bldg. 2188 Patuxent River, MD 20670 Attention: Bruce Pregger or Chris Hovanec (viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) FAR 52-212-2, Evaluation - Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a), Award will be made to the responsible offeror whose quotation is lowest in price, based on the total price of 772 units and in full compliance with all requirements set forth in this solicitation; (x) 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 (Nov 1995) with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Veterans, 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, 52.225-13, Restrictions of Certain Foreign Purchases and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. In addition to the above, the following DFARS clauses apply to this acquisition: 252.211-7003, Item Valuation and Identification and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items which includes the following clauses: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7021, Trade Agreements, 252.232-7003, Electronic Submission of Payment Requests, and 252.247-7024, Notification of Transportation of Supplies by Sea. (xiii) Offers are due no later than 4:00 PM EST, Thursday, November 17, 2011, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25252MB, Melissa Bucci or Michelle Prinston, Hwy 547, Bldg. 562-3C, Lakehurst, NJ 08733-5082. Or electronically to melissa.bucci@navy.mil or michelle.prinston@navy.mil. Electronic submission is acceptable and encouraged. Facsimile offers will not be accepted. (xiv) Questions regarding this combined synopsis/solicitation can be directed to Ms. Melissa Bucci, 732-323-1578, e-mail: melissa.bucci@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-T-0008/listing.html)
- Record
- SN02616287-W 20111103/111101234739-b76e08762e1690627db16278ab8459cc (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 |