Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2008 FBO #2441
SOLICITATION NOTICE

34 -- VERTICAL MACHINING CENTER

Notice Date
7/31/2008
 
Notice Type
Presolicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018908TN130
 
Response Due
8/12/2008
 
Archive Date
8/27/2008
 
Point of Contact
DONYETTE SMITH 757-396-8364
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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. Paper copies of this solicitation will not be available. This combined synopsis/solicitation shall be posted on both FEDBIZZOPPS and NECO. The request for quotation (RFQ) number is N00189-08-T-N130. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and DFARS change notice 20080513. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/VFDFARA.HTM. The NAICS code is 333512 and the Small Business Standard is 500 employees. This is an unrestricted action. FISC Norfolk Naval Shipyard requests responses from qualified sources capable of providing: Line Item 0001REQN N4215808RCJ00681 each Vertical Machining Center with 4th and 5th Contouring Axes The unit shall be complete and useable with all necessary equipment supplied to operate in the shop environment using 3-phase 460VAC and shop air of no greater than 5CFM at 100PSI as the only required utilities. The Vertical Machining Center (VMC) system will be used in to manufacture or refurbish parts for ships components. The minimum requirements for this system are: (1) Minimum table/spindle travels of X50 x Y25 x Z25, allowing the spindle nose to clear the work table by at least 32 and reach within 5 of the worktable (a spacer plate may be used to accomplish this with only 25 of Z travel), and servos capable of delivering a minimum of 5000 lbs. of thrust in each linear axis with rapid traverse and cutting feed rates of at least 500 inches per minute, (2) A work table of at least 52 x 22 with at least 7 standard 5/8 T-slots on a standard 3.15 spacing, and capable of supporting a workpiece of at least 4000 lbs, (3) CAT V-50 style spindle with a maximum rotational speed of at least 7000 RPM, a minimum of 30HP, and cooling for thermal stability, (4) Automatic tool changer with a capacity of at least 30 tools weighing no less than 30 lbs. each, with an allowable tool size of least 4 in diameter for adjacent tools and 6 for non-adjacent tools, and a tool-to-tool time of no more than 5 seconds, (5) Flood coolant system with both through-spindle capability of at least 250PSI, and an external programmable coolant nozzle, with a reservoir capacity of at least 50 gallons for heat dissipation, and a coolant filtration unit capable of 25-micron filtering (6) Integrated probing system capable of measuring and setting tool lengths, and measuring workpiece features and setting work offsets, including all required software and cabling (7) A remote jog handle with manual pulse generator (8) Positioning accuracy within +/-0.0002, and repeatability accuracy within 0.00015 (9) Chip auger or conveyor for automated removal of metal chips from the work envelope (10) High intensity work light in the work envelope area (11) 4-axis and 5-axis contouring capability (3 linear and 2 rotary axes) (12) Linear, circular, and helical interpolation and rigid tapping capability (13) Standard G code Fanuc compatible programming, and shop floor conversational/intuitive programming capabilities (14) Program look-ahead capability to calculate acceleration to support high speed machining (15) Power failure detection feature to prevent damage in the event of an electrical power failure (16) Random access memory of at least 16MB for CNC program storage and operation, a hard disk drive of at least 30GB for program storage, and a USB port for loading programs generated off-line (17) A 4th axis attachment that can be mounted with its rotational axis parallel to the VMCs X-axis and a center height between 6 and 8 having a T-slotted faceplate with a diameter between 8 and 10, including a manual tailstock of the same center height with at least 2 of axial travel for work piece support, an 8 3-jaw chuck and hardware necessary to mount on the face plate, and all required cabling, the 4th axis attachment must be capable of feed rates from 0.001 degrees/second to at least 15RPM, programmable in 0.001 degree increments, having driving and braking torque of at least 200ft-lbs., and driven by brushless motors and worm gearing (18) A trunnion table type 5th axis attachment with a center height between 4 and 6, a faceplate having a diameter between 4 and 6 with T-slots or tapped bolt holes, programmable in 0.001 degree increments, driving and braking torques of at least 65 ft-lbs., with an A-axis capable of positioning at least from horizontal to 30 degrees past vertical, and B-axis capable of infinite rotation, driven by brushless motors, and all required cabling (19) The unit shall be supplied with at least 24 pull studs to retain CAT V-50 milling adapters in the VMCs spindle (20) The unit shall be supplied with at least 3 copies of both mechanical and electrical manuals (21) The vendor shall provide for at least 4 days of training for 5 students at NNSY covering the setup and operation of the equipment with emphasis on the tool and part probing capabilities (22) Services to remove one existing milling machine from its foundation and install the new VMC Delivery is FOB Destination, NNSY, Portsmouth, VA 23709-5000. Inspection and acceptance shall be at destination. The following FAR provision and clauses are applicable to this procurement: 52.211-6, Brand Name or Equal, 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 and its ALT, Offeror Representations and Certifications-Commercial Items; 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 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-33 and 52.214-21, Descriptive Literature. Offeror shall include a completed copy of 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, with its offer. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are 252.211-7003, Item Identification and Valuation, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001 and 252.232-7003. WAWF INVOICING INSTRUCTIONS AND PAYMENT FOR SERVICES Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293). WAWF Vendor Quick Reference Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. The contractor shall provide time cards for labor charges and Other Direct Charge Invoices for travel, material and rental of equipment to the government representative for inspection. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes. Select the 2-in-1 Invoice within WAWF as the invoice type. The 2-in-1 Invoice prepares the Material Inspection and Receiving Report, DD Form 250, and invoice in one document. Provision 52.212-2, Evaluation-Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors-a combination of technical acceptability, price and past performance. All evaluation factors other than cost or price, when combined, are approximately equal to in importance to cost or price. This announcement will close at 4:00 PM on August 12, 2008 Eastern Standard Time. Contact Donyette Smith who can be reached at 757-396-8364 or email at donyette.smith@navy.mil for information regarding this solicitation. A secondary Point of Contact is Nancy Hayden who can be reached (757) 396-8346, email nancy.hayden@navy.mil. Oral Communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Offerors must be registered in the Central Contractor Registration (CCR) to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include prices, FOB point, a point of contact, name and phone number, Tax I.D. #, Duns #, Cage Code, GSA contract if applicable, business size, and payment terms. Quotes shall also include descriptive literature sufficient to allow the government to make a determination of technical acceptability. Quotes lacking such descriptive literature may be considered technically unacceptable and not considered for award. Quotes may be submitted by fax to 757-396-8017 to the attention of Donyette Smith or by email donyette.smith@navy.mil.Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. REQUIREMENTS FOR ACCESS TO NNSY Contractors representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. Employee Eligibility Verification Form). The I-9 is based on presentation of appropriate documentation that both verifies the employees eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Security/docs/i-9.pdf to acquire the required form and completion guidance. NOTE:(1)The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard.(2)If the contract requires access to classified material, a visit request identifying the employees clearance status may suffice depending on the employees status within the JPAS database.(3)In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material.(4)If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER.Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that persons citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029).Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENVOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f49513377218297398f0d466f72504ad&tab=core&_cview=1)
 
Record
SN01627689-W 20080802/080731221917-67789c42a5c8826ee13d7e4ab2952361 (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 |
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.