Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2004 FBO #1024
SOLICITATION NOTICE

66 -- yct-PURCHASE SARIX MICRO-EDM SYSTEM OR EQUAL

Notice Date
9/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-04-T-0139
 
Response Due
9/21/2004
 
Archive Date
10/21/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, a written solicitation will not be issued. Solicitation No. FA8601-04-T-0139 is issued as a Request for Quote (RFQ). This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2001-05. The associated NAIC Code is 423490-100 employees. This requirement is a 100% Small Business Set-Aside. This RFQ has one line item. To purchase 1 Each ? High Precision Micro-Erosion System, SARIX micro-EDM system, Brand Name or equal. Specific salient characteristics and specifications: A high-precision micro EDM (electrode discharge machining) system is to be provided. The EDM system shall have the ability to micro-machine complex features (such as shapes containing complex curves) of sizes ranging from millimeters to microns in dimensions in to the surface of conductive materials. The EDM system shall be capable of high precision movement of both the machining head machining head (z) and x-y table supporting the workpiece. Both the machining head and x-y table shall be capable of travel equal to or in excess of 150 millimeters. Both the machining head and x-y table shall have linear-encoders for high-precision movement, and the accuracy of both the machining heads and x-y table over the full range of travel shall be equal to or better than +/- 2 micrometers. For incremental stepping of either the machining head or the x-y table, the minimum resolution shall be 0.1 micrometers. The x-y table shall be capable of supporting workpieces up to 20 kilograms. The system shall have computer numerically controlled (CNC) software to machine features in three dimensions (3D) with micron-level precision during unattended operation. The system shall be capable of automated movement the height of both the machining head and the x-y table. The system shall have CNC software that is capable running on a Microsoft Windows-based personal computer to allow for user-created custom machining patterns. The system must be capable of controlling and minimizing the recast layer associated with EDM machining. In particular, the system shall be capable of micro pulse shaping for ultra-fine surface finishing that is capable of producing a surface texture with an average roughness (Ra) of 0.05 micrometer. The system shall have a solid-state power supply that is capable of independently specifying the frequency, voltage, and current, on and off time of the spark pattern for the electrode tool. The system shall be capable of monitoring the frequency, voltage, current, pulse width, discharge gap, and polarity during machining. The range of control for the voltage of the system shall be at least 60 to 240 V. The electrode collet shall be capable of using solid graphite and metal electrodes with diameters in the range of 50 to 150 micrometers. The electrode collet shall be capable of holding an electrode up to 310 millimeters in length, and shall be capable of rotating the electrode during machining from 0 to 80 revolutions per minute. The system shall also be capable of flushing dielectric fluid or deionized water during operation for material removal and thermal control. The flushing system shall be capable of controlling the temperature by air exchange of the electrolyte during machining. The flushing medium shall also be filtered to at least 5-micrometer size particulates. The system shall have an integrated optical microscope for precise positioning of the machine tool. The microscope shall have a magnification of no less than 40 times. The system shall be demonstrated through past performance to be capable of machining small circular cylinders (or equivalent features with curved profiles) into the surface of a bulk workpiece. The cylinders shall remain attached to the bulk workpiece at one end of the cylinder. The cylinders shall have a minimum diameter of approximately 15 micrometers and a depth of approximately 40 micrometers, and a maximum diameter of approximately 100 micrometers and a depth of approximately 250 micrometers. The cylinders shall be surrounded by a cavity of diameter ranging from 200 to 1000 micrometers, and the cavity depth shall be equal to or less than the depth of the cylinder. The thickness of the recast layer associated with the circular cylinders shall be no greater than 1 micrometer, and the average surface roughness (Ra) of the recast layer shall be no greater than 0.5 micrometers. A WRITTEN SOLICITATION WILL NOT BE ISSUED. Desired Delivery is 8-10 weeks after receipt of the purchase order. Government preferred delivery is FOB POINT DESTINATION (Wright-Patterson AFB OH 45433). Quoted prices must be ?delivered? (F.O.B. Destination) prices. Item to be delivered to: AFRL/MLLMD, Dr. Michael Uchic, 2230 10th Street, Bldg. 655, Room 48, Wright-Patterson AFB, Ohio 45433. Net 30 Payment Terms. Government Contract Financing will not be provided for this acquisition. The following clauses and provisions apply: 52.211-6 Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offerors Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions?Commercial Items; 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes of Executive Orders?Commercial Items; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items; 52.225-1, Buy American Act and Balance of Payments Program-Supplies; 252.204-7004, Required Central Contractor Registration, 52.247-34, F.OB. Destination. Copies of all provision and clauses, including the Representations and Certifications, are available at http://www.farsite.hill.af.mil. Evaluation will be based on overall best value to the Government. Evaluation factors are technical acceptability, past performance and price in that order. All offerors shall return a copy of FAR 52.212-3, Offerors Representations and Certifications?Commercial Items and company name, point of contact, phone number, contract number of at least 3 companies/references you sold similar items to. The Government will make an award from this RFQ to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right not to make an award at all. All interested parties are required to submit their quotes by 21 Sep. 2004, 3:00 p.m. DST. For more information on 04T0139--yct-PURCHASE SARIX MICRO-EDM SYSTEM OR EQUAL please refer to http://www.pixs.wpafb.af.mil/pixslibr/04T0139/04T0139.asp
 
Web Link
04T0139-yct-PURCHASE SARIX MICRO-EDM SYSTEM OR EQUAL
(http://www.pixs.wpafb.af.mil/pixslibr/04T0139/04T0139.asp)
 
Record
SN00671121-W 20040915/040913211947 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.