Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1998 PSA#2175

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

34 -- PLASMA SHAPE CUTTING MACHINE SOL N00244-98-T-0017 DUE 091698 POC Joan Balazs FAX 619-532-2347 phone 619-532-2892 WEB: Click here to obtain more information regarding FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer via, joan_balazs@sd.fisc.navy.mil. This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation number for this Request for Quotation is N00244-98-T-0017. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05. This solicitation is issued on an unrestricted basis, under Standard Industrial Code 3541 . FISC San Diego has a requirement for the following item: Plasma Shape Cutting Machine, to be used to cut various types and thicknesses of metals in the manufacturing of ship's components. Quantity one (1) each. The machine should have the following characteristics: Dual rack and pinion drive, gantry type assembly, electronics control, electronics cable package, dual side rail axis drive system, contour cutting speed range of 2-300 IPM, high speed rapid traverse drive system (400 IPM), 18" heavy duty pedestal mounted machined tongue and groove "T" rail system, hose and cable input system for 18' rail system, CNC graphics control system, state of the art microprocessor control technology, six (6) inch monochrome LCD Display, 3.5: floppy disk drive, eight (8) position Joystick for manual positioning, rotary encoder handwheel, RS-232 comm port, multi-tasking capabilities, one (1) mega byte ram, EIA or ESSI format, graphic icon softkey menus, manual data input, zero point MDI, on screen part verification and editing, program parking, battery back up, last torch for fast recovery after power loss, return to cut after torch servicing, program scaling (.001- 999.999), part rotation (.1 degree to 359.9), programmable speed, axis mirroring (of program), automatic accel/decel to optimize cornering dynamics, second acceleration ramp for special applications, program prompting, international symbols, English/metric programming, program relocation, plate alignment, addressing of stations, auxiliary functions for marking, cutting parameter for up to three (3) processes, kerf on the fly, handlebars, real time cut path display, parallel MDI, automatic reference, video path photo optic tracing system (AK-45) with 100% solid state IC technology, manual oxyfuel gas regulator system with high/low pre-heat gas pressure control, easy multi-torch operation, automatic torch ignition control system, process timers to automate the cutting process, motorized oxyfuel torch station with heavy duty motorized lift with nine (9) inch travel ball screw lifting gear, brass tool holders, individual torch station pre-heat solenoid selection, oxweld torch package, with choice of three (3) tips, 25 ft oxyfuel hose and cable input bundle, plasma control interface, heavy duty plasma station including the following, initial touch height sensing and adjustable retract for pierce, continual through arc voltage height control, heavy duty breakaway crash sensor, two hundred (200) ampere plasma system including the following one (1) 200 ampere power supply, one (1) P-19XLS water cooled torch, one (1) plumbing box, all necessary hoses and cables, recommended piercing thickness of not greater than one (1) inch on mild steel, power supply will be three (3) phase 480 volt, ESP fifty (50) foot input bundles including 4/0cables and all applicable hoses and cables required with the system, secondary gas shield adapter PT-19XLS, Esp 200/PTXLS 02/N2 straight cutting start up kit, and installation; ESAB Cutting Systems, Sabre 2000-6 or equal. Required delivery is to SIMA (Shore Intermediate Maint Actv'y). Acceptance shall be at destination. The following provision apply FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.000-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Offerors are required complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.211-5, New Material, FAR 52.211-7 Other than New Material, Residual Inventory, and Former Government Surplus Property. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b) DFAR 252.225-7001 Buy American Act and Balance of Payment Program, and DFAR 252.225-7012 Preference for Certain Domestic Commodities. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for Line Items _______. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. Quotes must be received no later that 3:00 p.m. PST, September 16, 1998 and will be accepted via FAX (619-532-2347) Attn: Joan Balazs Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 09/03/98 (W-SN245317). (0246)

Loren Data Corp. http://www.ld.com (SYN# 0300 19980908\34-0001.SOL)


34 - Metalworking Machinery Index Page