SOLICITATION NOTICE
K -- Refurbish Republic Lagun Brand mill and lathe
- Notice Date
- 8/18/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00174 101 Strauss Avenue, Bldg. 1558 Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- N0017404R0053
- Response Due
- 9/9/2004
- Archive Date
- 10/9/2004
- Point of Contact
- Georgia A. Warder 301-744-6679
- E-Mail Address
-
Email your questions to warderga@ih.navy.mil
(warderga@ih.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items in accordance with FAR 12.6. This acquisition is 100% set aside for small business. This request for proposal (RFP) N00174-04-R-0053 the only written solicitation, which will be issued, unless amended. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 18. The NAICS code 811310. Size standard $6M. The offeror shall provide a firm fixed price offer F.O.B. Destination to Indian Head, Md. NSWC Indian Head requires a three part propellant machining upgrade to support manufacture and test of rocket catapults, nomenclature CKU5. Propellant machining work at NSWC Indian Head building 760 requires the use of precision, remotely operated, explosion proof mills, saws and lathes. This equipment allows machinists to safely cut and shape propellant and explosives into forms useful for production and evaluation. The three (3) parts are as follow! : CLIN 0001 complete onsite (F.O.B. NSWC, Indian Head Division building 760) mechanical refurbishment of one (1) Republic-Lagun brand three (3) axis explosion proof vertical mill and one (1) Republic-Lagun brand two (2) axis explosion proof lathe, not to exceed $25,000. CLIN 0002 provide and install two (2) hard wired remote computer numeric controls (CNC) with secondary remote start/stop pendants for one (1) Republic-Lagun brand explosion proof vertical mill and one (1) Republic-Lagun brand explosion proof lathe with the following minimum requirements: programming format switchable between menu-driven conversational and conventional EIA/ISO g-code; absolute/incremental programming for dimensions, scale factor and part rotation; inch/metric input; Cartesian/ polar coordinate programming; basic calculation assist; uses programmed dimensions for a single linear or arc event to compute and display all relevant Cartesian and polar data; cavity mill for cutting concave or convex! circular/ rectangular cavities; high-resolution front-end graphics for display of the programmed path at any time while writing or editing part program; high-resolution interpolated graphics display to verify part program and analyze cutting time before machining part; multi view graphics with simultaneous display of xy, xz, yz planes and isometric view; conversational programming graphics for interactive graphical programming help; dual RS232/RS422 serial ports for uploading and downloading part programs and for buffered input operations; DNC terminal mode; continuous jog mode with 4 selectable rates; incremental jog mode with 5 selectable increments; auto and single event modes; position, linear mill, arc and cam mill, circle mill, frame mill, bolt circle, repeat, subroutine, dwell and m-function program modes; bi-directional leads screw error compensation, thermal growth compensation; reversal error compensation; unidirectional approach (UDA); parameter initialized g-co! des for part programming compatibility between different machines; part rotation: 0.001 to 360 degrees plane switch able; scale factor 0.0001 to 99.9999 inches; automatic radius generation between linear moves; rectangular and circular pocket milling cycles; bolt hole circles; helical interpolation; macro programming mode with 4 levels fixed cycles for conversational/EIA providing g0/g89, g0/g80 ? cancel, g1/g81 ? drill , g2/g82 ? counter-bore, g3/g83 - peck drill, g4/g84 ? tap, g5/g85 ? bore cycle 1, g7/g87 ? bore cycle 2, g76 ? bore cycle 4, g86 ? bore cycle 3, g88 ? bore cycle 5, g89 ? bore cycle 6; macro programming mode (at least 4 levels); up to 448k characters (192k standard) of battery backed-up SRAM for storing part programs and tool tables; 3.5 floppy disk drive for uploading and downloading part programs and tool tables and for buffered input operations; greater than 1gigabyte hard disk drive for storing part programs and tool tables and for buffered input opera! tions; part offsets, inch/mm selection, reversal compensation (backlash), software travel limits, home position entry, test mode, all axis inhibit, part offsets, mirror image, scale factor, and axis switching setup modes; 200-tool length compensation, 200 cutter diameter compensation, 32 fixture offsets, random tool tables, learn mode, transmit/receive mode and catalogue mode tool table capability; storing or copying up to 250 part program and calibration capability for automatically storing tool length compensations and fixture offsets; the secondary remote stations shall be hard wired to the mill and lathe CNC controls, allowing the operator to start and stop the equipment, and lockout operations from all other control panels; ability to program from these remote pendants is not a requirement. CLIN 0003 provide and install of one (1) explosion proof dual column band saw with hard wired remote (50-100 feet away in different bay) control operation with the following minim! um requirements: explosion proof housing and cabling seals designed for machining explosive or hazardous materials in vaporous environments; all motors and electric components sealed per national electric code (NEC) requirements for Class II, Division I and II Groups E, F, and G per National Fire Protection Association (NFPA) 70 Article 500); configured with local pressurized control cabinets and remote operating controls with key interlock switches at location and full remote control operation of all machine commands from remote control room where job progress is monitored via closed circuit television; 5 hp blade motor, 1.3 inch wide blade, and heavy-duty dual column design; heavy-duty dual columns to keep the blade parallel to the material at all times creating consistent force throughout the entire cutting cycle; band saw shall have local and remote operating controls, for operations performed at the machine (Local Station Explosion-Proof), a remote shall be provided con! sisting of a cycle start, cycle stop, emergency stop, up, and down buttons in a non-explosion proof NEMA 12 box; independent purge and coolant interlock to assure explosion proof and coolant flow before operation; cutting capacity of 12.5 inches square or in diameter; carbide blade guides; 50-328 feet per minute blade speed; saw blade motor power of 5 horse power; hydraulic column power of 1 horse power; coolant motor power of 0.125 horse power; single index stroke of 0 inches to 15.7 inches for automatic material feed. The following maximum specifications also apply to CLIN 0003: 31 inch work bed height; 220 volt 3 phase power; dimensions of 79 inches by 79 inches by 59 inches; 1.25 inch by 13 feet 11 inches by 0.042 inch blade size; and 5,000 pounds in weight. Contractor shall submit written certification that all parts meet the described component parameters. Contractor shall install and verify operation and provide at least 2 days onsite operator training. Delivery ! for all CLINs shall not exceed 4 months after award. Offerors, with United States Citizenship, are extended the opportunity to visit the Indian Head Division to evaluate the scope of the effort. Appointments shall be made with Georgia Warder by no later than 23 August 2004 for visits during the business hours of 9 a.m. to 2 p.m. on the August 25th or August 26th 2004 at the offerors expense. The following provisions apply: 52.212-1, Instructions to Offeror's-Commercial 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items 52.212-2, Evaluation-Commercial Items-the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1-Technical: Offerors shall provide their technical proposal which shall include: All the specifications of the of items being offered in response to CLINS 0002 and 0003 which addresses all of t! he requirements listed in this solicitation and how they meet or exceed the requirements. For CLIN 0001 the offeror shall address their experience in refurbishing similar items (limited to 20 pages, excluding brochures, sketches and foldouts). Factor 2-Past Performance: Offerors shall provide three references for product performance with name, telephone, fax and e-mail address. Other sources for past performance information shall be used as available. Factor 3-Price. Offerors shall provide pricing for CLINS 0001, 0002 and 0003 listed above to include all charges to deliver to FOB Destination Indian Head, Md. The government will make a best value determination based on the above factors. To be considered for award all offerors must propose on each item and provide sufficient information for evaluation. Intent is to award based on initial offers. If considered necessary by the contracting officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Offerors must provide with their proposal a Certificate of Compliance, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2003). Responses must be received no late! r than 3:00 p.m. EST on 09 September 2004. Provide responses to Georgia Warder, Code 1143A, building 1558, and NSWC Indian Head, MD 20640-5035. (301) 744-6679 or warderga@ih.navy.mil.
- Web Link
-
http://www.ih.navy.mil/contracts
(http://www.ih.navy.mil/contracts)
- Record
- SN00646703-W 20040820/040818212816 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |