SOLICITATION NOTICE
99 -- CNC Controller Retrofit/Upgrade
- Notice Date
- 11/1/2006
- Notice Type
- Solicitation Notice
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AEDC - Arnold Engineering Development Center, 100 Kindel Drive, Suite A-335, Arnold AFB, TN, 37389-1335, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-FA9101-07-M-0003
- Response Due
- 11/21/2006
- Archive Date
- 12/6/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Arnold Air Force Base intends to solicit and award a firm-fixed price contract under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) code for this acquisition is 332114 with a small business size standard of 500 employees. The solicitation number for this requirement is Request for Quote (RFQ) FA9101-07-M-0003. CLIN 0001 CNC Controller Retrofit/Upgrade In accordance with the following Statement of Work: CINCINNATI MILACRON 3-SPINDLE HORIZONTAL CNC MILL (referred to as 32-9) Item 1: Retrofit machine with a Fanuc 21i controller. Item 2: Replace XYZ axis servo drives and controllers with Fanuc AC digital drives of comparable power to existing drives. Item 3: Compose all ladder logic needed to control machine functions. Item 4: Provide and integrate all necessary electrical, pneumatic, and hydraulic hardware using any existing hardware that is in good working order, replace any hardware that is marginal. Item 5: Integrate the three existing 40-hp spindle motors and gearbox shifting actuation. Each spindle will be manually activated, deactivated, and speed range selected. Controller will only control rotation direction, start, and stop. Item 6: Provide laser collimation of the three axis and pitch-error compensation data to the controller. Item 7: This will be a turn key retrofit done in house. With all documentation and drawings provided. Fanuc 21i will have the following options: Software over travel check before move Tool retract and recovery Linear acc/dec before interpolation Multi-quadrant circular interpolation Work coordinate offsets Programmable mirror image 32 tool offsets for cutter compensation and length compensation NOTE: Description of existing machine (Referred to as 32-9) Cincinnati Milacron 3 spindle horizontal profiling mill. The spindles are approximately 30? apart. X axis is a rack and pinion with 172? of travel. Y axis is a ball screw with 64? of travel. Z axis is a ball screw with 30? of travel. Currently the controller is an Acramatic ?BIG BLUE? with an Acramatic Programmable Control (APC) that non-functioning. The current servos are hydraulic with resolvers. The machine is in mechanically good condition. Tool length measurement Standard canned cycles including deep-hole drilling Part program editing Manual hand pulse generator interrupt and zero-shifting LCD screen and operator panel including 0-150% federate override MPG jog pendant The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer or must be register in Online Representation and Certifications Application (ORCA) [https://orca.bpn.gov]. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-23, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 52.247-34 F.O.B. Destination and FAR 52.215-5, Facsimile Proposals. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. Period of Performance for this requirement is 90 days after receipt of order. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. All invoices must be submitted through Wide Area Work Flow (WAWF) as a combination Receiving Report/Invoice (DFARS 252.232-7003). All offers are due to this agency no later than 2:00 p.m., Central Time, 21 November 2006. Send all offers via e-mail or fax to sue.tate@arnold.af.mil or fax to (931)454-7330. For further information, contact Sue Tate at (931) 454-7801 or via email.
- Place of Performance
- Address: Arnold Air Force Base Tennessee
- Zip Code: 37389
- Country: UNITED STATES
- Zip Code: 37389
- Record
- SN01174297-W 20061103/061101220349 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |