SOLICITATION NOTICE
34 -- Milltronics VM5020 Vertical CNC Machining Center
- Notice Date
- 3/28/2025 5:19:52 AM
- Notice Type
- Presolicitation
- NAICS
- 332710
— Machine Shops
- Contracting Office
- DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
- ZIP Code
- 23709-5000
- Solicitation Number
- SPMYM125Q0068
- Response Due
- 3/31/2025 9:00:00 AM
- Archive Date
- 04/15/2025
- Point of Contact
- Sheree McDonnell, Phone: 7573759313
- E-Mail Address
-
sheree.mcdonnell@dla.mil
(sheree.mcdonnell@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 for the items listed below. The required items are 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: Must be Milltronics brand name specific Clin 0001 50700165 - Milltronics VM5020 Vertical CNC Machining Center with Milltronics Inspire + Conversational CNC Control and 10,000 RPM, 24 Pocket ATC Upgrade, 40 Taper Big Plus Quantity : 1 STATEMENT OF SPECIFICATIONS FOR THE PROCURMENT OF CNC VERTICAL MILLING CENTER Page 1 of 7 THE PURCHASE DESCRIPTION SET FORTH BELOW REFLECTS THOSE CHARACTERISTICS WHICH ARE ESSENTIAL TO THE MINIMUM NEEDS OF THE GOVERNMENT 1. SPECIFICATIONS: 1.1. SCOPE: This specification covers the requirements for one (1) each computer numerical controlled (CNC) vertical milling center (VMC) with ancillary support of initial installation, start-up and training. 2. EQUIPMENT DESCRIPTION: The equipment shall consist of one CNC controlled VMC that meets the salient characteristics below. The equipment shall be operable under control of the CNC or manually controlled with dial-type hand wheels or levers. 2.1. SALIENT CHARACTERISTICS: Machine shall have the following salient characteristics 2.1.1. Construction: Machine bed, column, and saddle shall be constructed of a stable, fine grain grade of cast iron designed with high dampening characteristics. 2.1.1.1. Bed / Column: Mache bed and column shall be constructed of a one piece stress relieved, heavy ribbed casting 2.1.1.2. Guide Ways: The X, Y & Z?axis shall be equipped with heavy?duty 35/45 mm linear guide ways with the following spacing. (X= 11.5� Minimum, Y= 25.5� minimum and Z= 14.5� minimum). Guide ways on all three axes shall be clamped into place using wedge type clamps. 2.1.1.3. Spindle: Machine shall be equipped with a CT40 cartridge style spindle with a Big-Plus� dual contact technology. 2.1.1.4. Ball Screws & Axis Drives: Each axis shall be driven using a high precision, fully ground pre?loaded precision ball screw that is supported on both ends. Ball screws shall be centered between the guide ways. The Z-axis ball screw shall be direct drive. 2.1.1.5. Automatic Tool Changer: Machine shall be equipped with 24 pocket, double arm ATC that utilizes a motor driven cam designed to provide smooth, quick and reliable tool changes. 2.1.1.6. Fully Enclosed Machine Enclosure: Machine enclosure shall be constructed of heavy?duty sheet metal. The entire machine including top shall be fully enclosed with removable side doors. Front door opening shall be a minimum of 40� wide. 2.1.1.7. Chip Conveyor: Machine shall be equipped with a lift up type chip removal system. 2.1.1.8. Spindle Air-Purge: Machine shall be equipped with spindle air purge. 2.1.1.9. Air Gun: Machine shall be equipped with an air gun. 2.1.1.10. Lubrication: Machine shall be equipped with an automatic lubrication system designed to provide lubrication to guide ways and ball screws. System shall be equipped with a low-oil-level-alarm. 2.1.1.11. Coolant System: Machine shall be equipped with a Flood Coolant System with adjustable nozzles. Coolant tank capacity shall not be less than 30 gallons. 2.1.1.11.1. Through Spindle Coolant: The machine shall be equipped with a 300 psi through spindle coolant system. Page 2 of 7 2.1.1.11.2. Coolant Wash-down: Machine shall be equipped with a coolant washdown gun. 2.1.2. Table Size: 52� x 20� Minimum 2.1.3. T-Slots: Three (3) � 0.710� wide 2.1.4. Table Load Capacity: 3,770 lbs. 2.1.5. Tool Changer Maximum Tool Diameter : 3.15� 2.1.6. Tool Changer Maximum Tool Length: 9.45� 2.1.7. Tool Changer Maximum Tool Weight: 15.4 lbs. 2.1.8. Minimum Travels: X-axis 50�, Y-axis 20�, Z-axis 20� 2.1.9. Max Cutting Federates: 500 Inches per Minute 2.1.10. X/Y/Z Axis Rapid Traverse Rate: 945 Inches per Minute 2.1.11. CNC Accuracy: Positioning �0.0002�; Repeatability �0.0002� 2.1.12. Axis Thrust Force X/Y/Z (Peak): 3765 lbs. (X,Y), 2884 lbs. (Z) 2.1.13. Way Cover to spindle center: 20� minimum 2.1.14. Spindle Nose to Table: 9.9� minimum to 29.9� maximum 2.1.15. Machine Weight: 9600 lbs. maximum 2.1.16. CNC Features: Each machine shall be equipped with a Milltronics 9000 Inspire+ CNC control with the following features. a) 15"" color LCD touch screen display b) Auxiliary Keyboard c) 3000 blocks/second high speed processor d) Conversational programming e) ISO based G&M Code programming f) Inch/Metric Conversion / programming g) Auto routines h) User definable macros i) Trig assist j) Custom Macros k) Irregular pocket clearing l) Rest Machining m) Auto DXF file import n) 3D part and wire frame tool path graphics o) Solid Model Graphic Display p) Optional four and five axis simultaneous interpolation software and interface q) Onboard diagnostics r) Spindle load meter s) Part counter display t) 120 GB solid state hard drive u) 16 GB Ram Memory v) Networking w) Two USB Ports x) Hour meter y) Manual pulse generator z) Coordinate rotating aa) Scaling Page 3 of 7 bb) Mirror image cc) Helical interpolation dd) Feedrate and Spindle Override ee) Tool diameter and length offsets (199 total) ff) Tool Load Monitoring gg) 60 Work Coordinates (G540-G599) hh) G92 Coordinate system setting ii) Backlash Compensation jj) Ball screw pitch error compensation kk) Rigid tapping ll) Canned cycles including: a. Drilling b. Boring c. Tapping d. Facing e. Pocketing with or without islands f. Threading g. Bolt hole pattern h. 3D Pocket/Sweep i. Text/Engraving j. Tangent/Circle Generate mm) Subprogram Call-50 nested programs maximum nn) MDI oo) Background Editing pp) Program/Parameter protect qq) ChipBoss - Trochoidal milling cycle rr) Spare ""M"" Functions ?Block of 4 ss) Spare ""M"" Functions ? Second Block of 4 (Requires Initial Block of 4) tt) Motion Boss � Fine motion control accuracy feature 2.1.17. Remote Hand wheel: Machine shall be equipped with a Remote Hand wheel. The remote hand wheel shall move each axis in increments of 1, 10 and 100 and contain a side button that can be used to set the work coordinate for the selected axis. 2.1.18. Offline FastCam: Machines shall be provided with Offline FastCam Software for Programming and Training 2.1.19. Spindle Taper: ISO No. 40 2.1.20. Spindle Speed: 10,000 RPM in both clockwise and counterclockwise rotation. 2.1.21. Spindle torque: 75 ft?lbs. minimum 2.1.22. Ball Screw Size: 32 mm Ball Screw on X and 32 mm Ball Screws on Z/Y Axis. minimum 2.1.23. Spindle motor: 15 HP minimum 2.1.24. Work light: Machine shall be equipped with dual work lights. 2.1.25. Power Requirement: Machines shall be built to NFPA 79 to accept 460 VAC, 3 phase, 60 Hz. 2.1.26. 4th Axis: Machines shall be provided with 4th axis capability 2.1.27. 5th Axis: Machines shall be provided with 5th axis capability 2.1.28. Rotary Table: Machine shall be equipped with a 6.7� rotary table and all necessary electronics. Page 4 of 7 2.1.29. Tail Stock: Each machine shall be provided with a tailstock for the rotary table. 2.1.30. Chuck: 4-Jaw Manual Independent Chuck to be included with 4th Axis rotary. 2.1.31. Part Probing: Machine shall be provided with Part Probing capability that includes the following. 2.1.31.1. Auto fixture and part alignment 2.1.31.2. In process inspection 2.1.31.3. Conversational part probing capability 2.1.32. Tool Probing: Machine shall be provided with tool probing capability that includes the following. 2.1.32.1. Tool Setting (length and diameter) 2.1.32.2. In process automatic tool offset calculation and correction 2.1.33. Tooling Package: Each machine shall be provided with a tooling package that includes the following a. CAT40 x ER32 -2.76 collet chucks (4 ea) b. CAT40 x ER16 -2.76 collet chucks (2) c. ER32 18 pc. collet set - inch d. ER16 10 pc. collet set - inch e. CAT40 x SLN 1/4"" - 3 end mill holder f. CAT40 x SLN 3/8"" - 3 end mill holder g. CAT40 x SLN 1/2"" - 3 end mill holder h. CAT40 x SLN 5/8"" - 3 end mill holder i. CAT40 x SLN 3/4"" - 3.5 end mill holder j. CAT40 x SLN 1"" - 4 end mill holder k. CAT40 x SPU 1/2"" - 4 end mill holder l. ER32 E-wrench m. ER16 A-wrench n. CAT40 keyless Drill Chuck 5/8"" Capacity o. CAT40 Arbor. With 2"" Face Mill p. CAT40 Universal Boring & Facing Head 10mm to 200mm Bore Dia. X 3/4"" Bar Hole Dia. q. 6� Milling Machine Vise, Stationary Base 3. TECHNICAL MANUALS: Three (3) complete sets of technical manuals covering operation, service and maintenance, and part-listing shall be provided. 4. TECHNICAL CONTACT: Russell Harris 757-636-4908. Page 5 of 7 5. 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. 6. 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. 7. Additional Requirements: 7.1. Machine Hardware: Machines shall include any necessary lifting, leveling, and floor attachment hardware for machine installation. 7.2. Nameplate: A nameplate shall be permanently and securely attached to each machine the information provided on the plate shall be as 1isted below. a. Nomenclature b. Manufacturer�s name c. Manufacturer�s model designation d. Manufacturer�s serial number e. Power input (volts, total amps, phase, frequency) f. Amp rating of largest motor g. Short circuit/over-current protection rating h. Contract Number or Order Number i. National Stock Number or Plant Equipment Code j. Date of manufacture 7.3. Operating and Maintenance Manual: Machines shall be provided with operating and Maintenance Manual (O&M), Electrical Manual, Mechanical Manual & Schematics three (3) each shall be provided with the machine and one (1) each searchable electronic copy (PDF) shall be E-mailed to TPOC. 7.4. Verification Test: After delivery the Contractor shall test run each machine at the site to ensure conformance with this purchase description. 7.5. 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 shall be warranted against defects in material, parts, and workmanship for 12 months after the date of installation. 8. Installation: 8.1. Installation/Foundation Drawings: Not later than sixty (60) calendar days after effective date of contract; installation requirements and drawings shall be provided to Norfolk Naval Shipyard TPOC. Page 6 of 7 8.2. Location: Machines shall be installed inside Bldg.163 1st floor Cold Spray machining area NNSY (Norfolk Naval Shipyard, Portsmouth, VA 23709). 8.3. Mechanical Installation: The Contractor shall provide all labor, fluids, (with the exception of coolant) piping, interconnecting hoses, and any other materials to move, locate, set level, align, lubricate, and make ready to operate all equipment required by this contract. All machinery shall be installed to original manufacturer's tolerances. 8.4. Electrical Installation: The Contractor shall provide all labor, wiring, cables, disconnects, connectors, breakers and any other materials for complete installation of any necessary electrical equipment and electrically connect machine to building. 9. Training: The contractor shall provide training to familiarize Norfolk Naval Shipyard personnel with the equipment and to help ensure reliable performance and maximum service life, during normal usage. The training shall be performed at customer facility between 7:20 am and 3:50 pm excluding any federal holidays. 9.1. Operator / Programmer On-Site Training: Training shall be provided at the receiving activity. Training shall include preparation of part programs, and preparation of equipment for safe operation. The trainees shall be provided instruction for all aspects of machining operations. Trainees shall be provided instruction for the care, use and operation of all attachments and accessories. Training shall be provided for three (3) operators/programmers. The training period shall not be less than four (4) consecutive, eight (8) hour work days for each machine. A training manual (which could be an additional operator�s manual) shall be provided for each student. 9.2. Maintenance Personnel : Maintenance training shall include trouble-shooting and methods of correction if the equipment malfunctions, with particular emphasis on minimizing equipment down time. Training shall be provided for three (3) maintenance personnel. Training shall cover troubleshooting and maintain the machine. The training period shall not be less than one (1) eight (8) hour workday for each machine. 10. FACILITIES ENTRY REQUIREMENTS: 10.1. Initial Entry: Contractor provide a SECNAV 5512 and a CNRMA Installation Access Screening Request form that will be provided by the technical point of contact. These documents will be endorsed by the TPOC and forwarded to the NNSY Pass Office. Contractor shall submit documents approximately two weeks before arrival. 10.2. Vehicle Entry: The company name shall be displayed on each door of the Contractor's vehicles in a manner and size that is clearly visible. All vehicles shall display a valid state license plate that complies with State Vehicle Code. Vehicles shall meet all other requirement of the State Vehicle Code, such as safety standards, and shall carry proof of insurance and state registration. Passes will be issued for vehicles to enter the shipyard. A separate pass is required for entering the Controlled Industrial Area (CIA). 10.3. Portable Electronic Device (PED): In accordance with COMSUBLANT/COMSUBPACINST 2075.1C, the use of Portable Electronic Devices (PEDs) while in or on Department of Navy Controlled Industrial Areas are prohibited. A portable electronic device (PED) is defined as any non-stationary electronic apparatus with singular or multiple capabilities of, but not limited to recording, storing, and/or transmitting data, voice, video, or photo images e.g.: cell phones, laptops, tablets and wearable devices such as fitness bands and smart watches. 11. Critical time Constraints: The Installation and training shall be performed between the hours of 7:20 am and 3:50 pm excluding any federal holidays. Page 7 of 7 INSTALLATION RESPONSIBILITIES Government Contractor (XX) ( ) a. Provide machine foundation in accordance with the manufacturer's design requirements. ( ) (XX) b. Furnish labor and material handling equipment for off-loading and placing item on foundation. ( ) (XX) c. Provide and install anchor bolts and nuts. ( ) (XX) d. Set and rough level the machine on its foundation. ( ) (XX) e. Level and align machine. ( ) (XX) f. Connect machine to the provided utilities hook-up. ( ) (XX) g. Provide all necessary tools, gages, and instrumentation necessary to perform the required tests. ( ) (XX) h. Provide and charge all systems with fluids in accordance with manufacturer's instructions. (XX) ( ) i. Material for performance testing at Government facility. ( ) (XX) j. Material for performance testing at Contractor's facility. ( ) (XX) h. Provide utilities hook-up within 20 feet of the machine The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 332710 , Machine Shops with a size standard of 500. The Product Service Code is 3408, Machine Shops. 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 SPMYM125Q0068, and it is expected to be available on or about 28 March 2025 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 12:00 PM EST on 03 April 2025. Responses to the solicitation notice shall be emailed to the attention of Sheree McDonnell at sheree.mcdonnell@dla/mil. Please make sure that the solicitation number (SPMYM125Q0068) 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. 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 Sheree McDonnell at sheree.mcdonnell@dla/mil..
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0a36ed8d370c4ac6bfb5c11d50c9d7ad/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN07390467-F 20250330/250328230043 (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 |