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